Buyer Name: University Of Edinburgh
Buyer Address: Charles Stewart House, 9-16 Chambers Street, Edinburgh, UKM75, EH1 1HT, United Kingdom
Contact Name: James Clarke
Contact Email: jclarke5@ed.ac.uk
Buyer Name: University Of Edinburgh
Buyer Address: Charles Stewart House, 9-16 Chambers Street, Edinburgh, UKM75, EH1 1HT, United Kingdom
Contact Name: James Clarke
Contact Email: jclarke5@ed.ac.uk
The University of Edinburgh will very shortly be going out to tender to engage a single supplier for the complete supply, delivery, servicing and repairs of the University's rowing fleet. This Contract shall be in place for a period of 5 years, with no options to extend.
No linked documents found for this notice.
Lot Description: The University of Edinburgh has a requirement to establish contracting arrangements for the Supply, Delivery, Servicing and Repairs of the University’s Rowing Fleet. The University is seeking a single supplier for this requirement. The contract shall be in place for a period of 5 years, with no options to extend. The University of Edinburgh's performance rowing programme is highly regarded and has achieved significant success in recent years. The Edinburgh University Boat Club (EUBC), established in 1867, is one of the oldest sports clubs at the university and has grown to become one of the leading rowing clubs in Scotland, boasting over 100 active members. In 2015, EUBC became the first and only programme in Scotland to achieve GB Rowing Team High Performance Programme status. The club has consistently produced athletes who have represented Scotland and Great Britain at various levels, including multiple Olympians such as Dame Katherine Grainger and Dr. Polly Swann. Our Performance Rowing Programme seeks a market-leading supplier to support the acquisition of state-of-the-art boats, enhancing the University’s fleet. This initiative will enable the recycling of older boats while ensuring our students compete using the most modern and technically advanced equipment available in today’s marketplace. This procurement will be conducted through the use of the Open Procedure. The evaluation will be contain three stages as follows. Stage 1 - The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. Stage 2 - Technical questions are allocated a total weighting of 70 percent. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. Bidders will be required to achieve a minimum score of 50 percent (35 percent after technical weightings are applied) or more of the technical score. Each supplier achieving a score greater or equal to 50 percent will only then progress through to the commercial evaluation. Stage 3 - Commercial (Price) shall be allocated a total weighting of 30 percent. Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks (30) and others a percentage of that mark according to the difference between their bid and the lowest offer. Both Technical and Commercial scores will be added together at the end of the evaluation process to calculate the most economically advantageous tender.
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Value: GBP 325,000.00
Lot 1 Award Criterion (quality): Technical
{
"buyer": {
"id": "GB-FTS-2023",
"name": "University Of Edinburgh"
},
"date": "2025-04-04T08:25:52+01:00",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 58853. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nRefer to ITT documentation for information on Community Benefit Requirements.\n(SC Ref:795342)",
"id": "012952-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000795342",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-04fd08",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Edinburgh",
"postalCode": "EH1 1HT",
"region": "UKM75",
"streetAddress": "Charles Stewart House, 9-16 Chambers Street"
},
"contactPoint": {
"email": "jclarke5@ed.ac.uk",
"name": "James Clarke",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
"classifications": [
{
"description": "Body governed by public law",
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE"
},
{
"description": "Education",
"id": "09",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk"
},
"id": "GB-FTS-2023",
"identifier": {
"legalName": "University Of Edinburgh"
},
"name": "University Of Edinburgh",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"streetAddress": "Edinburgh Sheriff Court, 27 Chambers Street"
},
"id": "GB-FTS-131026",
"identifier": {
"legalName": "Edinburgh Sheriff Court \u0026 Justice of the Peace Court"
},
"name": "Edinburgh Sheriff Court \u0026 Justice of the Peace Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-05-05T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-05-05T12:00:00+01:00"
},
"classification": {
"description": "Rowing boats",
"id": "34522600",
"scheme": "CPV"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true,
"performanceTerms": "As detailed within the Invitation to Tender documents within \"Schedule 3 - Statement of Requirements\""
},
"coveredBy": [
"GPA"
],
"description": "The University of Edinburgh will very shortly be going out to tender to engage a single supplier for the complete supply, delivery, servicing and repairs of the University\u0027s rowing fleet. This Contract shall be in place for a period of 5 years, with no options to extend.",
"hasRecurrence": false,
"id": "EC1046",
"items": [
{
"additionalClassifications": [
{
"description": "Sports goods and equipment",
"id": "37400000",
"scheme": "CPV"
},
{
"description": "Water-sports equipment",
"id": "37412000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Strathclyde Park Water Sports Centre, 366 Hamilton Road, Motherwell, ML1 3ED."
},
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "70",
"name": "Technical",
"type": "quality"
},
{
"description": "30",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1800
},
"description": "The University of Edinburgh has a requirement to establish contracting arrangements for the Supply, Delivery, Servicing and Repairs of the University\u2019s Rowing Fleet.\nThe University is seeking a single supplier for this requirement. The contract shall be in place for a period of 5 years, with no options to extend.\nThe University of Edinburgh\u0027s performance rowing programme is highly regarded and has achieved significant success in recent years. The Edinburgh University Boat Club (EUBC), established in 1867, is one of the oldest sports clubs at the university and has grown to become one of the leading rowing clubs in Scotland, boasting over 100 active members.\nIn 2015, EUBC became the first and only programme in Scotland to achieve GB Rowing Team High Performance Programme status. The club has consistently produced athletes who have represented Scotland and Great Britain at various levels, including multiple Olympians such as Dame Katherine Grainger and Dr. Polly Swann.\nOur Performance Rowing Programme seeks a market-leading supplier to support the acquisition of state-of-the-art boats, enhancing the University\u2019s fleet. This initiative will enable the recycling of older boats while ensuring our students compete using the most modern and technically advanced equipment available in today\u2019s marketplace.\nThis procurement will be conducted through the use of the Open Procedure. The evaluation will be contain three stages as follows.\nStage 1 - The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation.\nStage 2 - Technical questions are allocated a total weighting of 70 percent. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. Bidders will be required to achieve a minimum score of 50 percent (35 percent after technical weightings are applied) or more of the technical score. Each supplier achieving a score greater or equal to 50 percent will only then progress through to the commercial evaluation.\nStage 3 - Commercial (Price) shall be allocated a total weighting of 30 percent. Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks (30) and others a percentage of that mark according to the difference between their bid and the lowest offer.\nBoth Technical and Commercial scores will be added together at the end of the evaluation process to calculate the most economically advantageous tender.",
"hasOptions": false,
"hasRenewal": false,
"id": "1",
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"value": {
"amount": 325000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "goods",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "SPD 4B.1.1 - Bidders will be required to have a minimum \u201cgeneral\u201d annual turnover of 325,000 GBP for the last 3 financial years.\nWhere turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up or started trading in question 4B3.\nSPD 4B5.1a - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:\nEmployer\u2019s (Compulsory) Liability Insurance = 5,000,000 GBP\nPublic Liability Insurance = 2,000,000 GBP\nSPD 4B6 - Statement 1 (Parent Company Guarantee)\nWhere the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract.\nSPD 4B6 - Statement 2 (Financial Strength)\nBidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.\nBidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios:\n-\tCurrent Ratio\n-\tQuick Ratio\n-\tDebtors Turnover Ratio\n-\tReturn on Assets\n-\tWorking Capital\n-\tDebt to Equity Ratio\n-\tGross Profit Ratio\nA review of your ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further financial information to help clarify any potential issues raised.\nThis information may be used to assess financial sustainability.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "SPD 4D1 - Statement 1 (Quality Management)\nThe bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). Please confirm you hold the required accreditation.\nIf the bidder does not hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), The bidder must have the following:\nEquivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above \u2014 a policy with set responsibilities, review and improvement procedures, quality management and performance process, workforce training, skills, and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints.\nSPD 4D1 - Statement 2 (Health \u0026 Safety):\nThe bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.\nIf the bidder does not hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then the bidder must have the following:\nEquivalent, regularly reviewed and documented policy and procedures for Health and Safety (H\u0026S) management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above \u2013 ensuring H\u0026S effectiveness, obtaining H\u0026S advice and assistance, training, skills and information for bidder workforce, workforce H\u0026S qualifications, checking and reviewing H\u0026S performance, involving workforce in planning and implementation, recording accidents/incidents and follow-up actions, ensuring bidder\u2019s suppliers apply H\u0026S appropriate measures, risk assessment, and coordinating with bidder\u2019s suppliers.\nNote - Organisations with fewer than five employees are not required by law to have a documented policy statement.\nSPD 4D2 - Environmental Management:\nThe Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.\nIf the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following:\nEquivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent.\nThese must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above \u2013 ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidder engages apply appropriate environmental protection measures.",
"minimum": "1. Bidders are to confirm if they are the manufacturer or approved distributor of the products proposed in their submission.\n2. Bidders are to confirm that they are able to provide boats in all categories currently competed in on the domestic and international competition schedule (Single Scull, Double Scull, Quadruple Scull, Coxless Pair, Coxless Four, Coxed Four and Coxed Eight), including associated accessories.\n3. Bidders are to confirm that all boats and products proposed in their tender submission are compliant with the rules of racing as defined by the sports\u2019 governing body (World Rowing).",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 120
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-05-05T12:00:00+01:00"
},
"title": "EC1046 University Rowing Fleet",
"value": {
"amount": 325000.0,
"currency": "GBP"
}
}
}