Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 28th Jul 2023
Reference | ocds-h6vhtk-03eb15 |
Common Procurement Vocabulary | Snow-clearing services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 28th Jul 2023
Reference | ocds-h6vhtk-03eb15 |
Common Procurement Vocabulary | Snow-clearing services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
The City of Edinburgh Council
4 East Market St
Edinburgh
EH8 8BG
ben.fulton [at] edinburgh.gov.uk
Telephone
+44 1315296432
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Contingency Winter Maintenance Framework
Reference number
CT2981
II.1.2) Main CPV code
- 90620000 - Snow-clearing services
II.1.3) Type of contract
Services
II.1.4) Short description
Contingency resources to assist with Winter Maintenance Operations
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 77111000 - Hire of agricultural machinery with operator
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
II.2.4) Description of the procurement
The City of Edinburgh Council intends to put in place a framework agreement for the provision of contingency resources to assist with Winter Maintenance Operations, which is currently carried out by internal Council services including Roads Operations and Waste & Cleansing. Following the severe weather conditions experienced during the winters of 2008/9 and 2009/10, it was recognised that a contingency framework was required to respond to severe weather events, when internal Council services are operating at capacity.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
It is the intention of the Council that any Contract resulting from this ITT will commence in October 2023 for a period of four years with the option to extend for two further 24 month periods (eight year total length), undertaken at the sole discretion of the Council.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
4B.1 - Tenderers are required to have a minimum “general” annual turnover of GBP125,000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
4B.6 - Tenderers will be required provide the following information in response to 4B.6:
Current ratio for Current Year: 1.1
Current ratio for Prior Year: 1.1
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.1. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Minimum level(s) of standards possibly required
Minimum “general” annual turnover of GBP125,000 for the last two financial years.
Current ratio for Current Year: 1.1
Current ratio for Prior Year: 1.1
Vehicle Insurance (minimum of GBP5 Million)
Employer’s Liability Insurance (minimum of GBP5 Million)
Public Liability Insurance (minimum of GBP5 Million)
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Given the dependence of this framework on exceptional weather events a longer time period is more likely to capture "extreme" events.
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
30 August 2023
Local time
1:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
30 August 2023
Local time
1:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Contract Specific Mandatory Criteria - This Section refers to Section C of Part IV of SPD (Scotland)
Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question.
Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
A completed copy of “Schedule E Climate Change Plan” including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
Tenderers are also asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.
Tenderers who do not pass these questions will not be subject to Commercial Analysis. As a result the tender will not be considered further.
Bidders must complete the Part A Exclusion and Award Criteria section of the Tenderers Submission document to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=740109.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:740109)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=740109
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. . A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service /OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.