Construction Contract Leads
No location provided
Category Goods
Type
No. of Lots 3
Status Active
Published 6th Nov 2023
Reference | ocds-h6vhtk-03b73e |
Common Procurement Vocabulary | Street-lighting columns |
Procurement Method | Open procedure |
Value | £640,000 |
No location provided
Category Goods
Type
No. of Lots 3
Status Active
Published 6th Nov 2023
Reference | ocds-h6vhtk-03b73e |
Common Procurement Vocabulary | Street-lighting columns |
Procurement Method | Open procedure |
Value | £640,000 |
Section I: Contracting authority
I.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Pauline Sutherland
pauline.sutherland [at] edinburgh.gov.uk
Telephone
+44 1314693922
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Street Lighting Columns
Reference number
CT2954
II.1.2) Main CPV code
- 34928510 - Street-lighting columns
II.1.3) Type of contract
Supplies
II.1.4) Short description
The City of Edinburgh Council (the Council) has the requirement for the supply and delivery of various types of aluminium street lighting columns.
II.1.5) Estimated total value
Value excluding VAT: £640,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
II.2) Description
II.2.1) Title
Aluminium Columns
Lot No
1
II.2.2) Additional CPV code(s)
- 34928510 - Street-lighting columns
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
II.2.4) Description of the procurement
The Council requires aluminium street lighting columns to support the Council's capital investment in street lighting.
II.2.5) Award criteria
Quality criterion - Name: Delivery of the Contract / Weighting: 15%
Quality criterion - Name: Product(s) / Weighting: 35%
Quality criterion - Name: Contract Management and KPIs / Weighting: 15%
Quality criterion - Name: The Environment and Sustainability / Weighting: 10%
Quality criterion - Name: Community Benefits / Weighting: 10%
Quality criterion - Name: Quality Assurance / Weighting: 5%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Quality criterion - Name: Business Continuity / Weighting: 5%
Price - Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
II.2) Description
II.2.1) Title
Decorative Aluminium Columns
Lot No
2
II.2.2) Additional CPV code(s)
- 34928510 - Street-lighting columns
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
II.2.4) Description of the procurement
The Council requires decorative aluminium street lighting columns to support the Council’s capital investment in street lighting.
II.2.5) Award criteria
Quality criterion - Name: Delivery of the Contract / Weighting: 15%
Quality criterion - Name: Product(s) / Weighting: 35%
Quality criterion - Name: Contract Management and KPIs / Weighting: 15%
Quality criterion - Name: The Environment and Sustainability / Weighting: 10%
Quality criterion - Name: Community Benefits / Weighting: 10%
Quality criterion - Name: Quality Assurance / Weighting: 5%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Quality criterion - Name: Business Continuity / Weighting: 5%
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
II.2) Description
II.2.1) Title
Mid-Hinged (Raise/Lower) Aluminium Columns
Lot No
3
II.2.2) Additional CPV code(s)
- 34928510 - Street-lighting columns
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
II.2.4) Description of the procurement
The Council requires mid-hinged (raise/lower) aluminium street lighting columns to support the Council’s capital investment in street lighting.
II.2.5) Award criteria
Quality criterion - Name: Delivery of the Contract / Weighting: 15%
Quality criterion - Name: Product(s) / Weighting: 35%
Quality criterion - Name: Contract Management and KPIs / Weighting: 15%
Quality criterion - Name: The Environment and Sustainability / Weighting: 10%
Quality criterion - Name: Community Benefits / Weighting: 10%
Quality criterion - Name: Quality Assurance / Weighting: 5%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Quality criterion - Name: Business Continuity / Weighting: 5%
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
This section refers to Section B of Part IV of the SPD (Scotland)
Economic and Financial Standing - Question 4B1a General yearly turnover -
Should a supplier be successful in more than one lot, the minimum “general” annual turnover will be added together for all lots that the supplier was awarded on to.
Tenderers are required to have a minimum “general” annual turnover of:
Lot 1 - GBP 290000 for the last two financial years;
Lot 2 - GBP 10000 for the last two financial years; and/or
Lot 3 - GBP 20000 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.
Question 4B6 Other economic or financial requirements-
Tenderers will be required provide the following information in response to
4B.4:
Current ratio for Current Year: 1.10
Current ratio for Prior Year: 1.10
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 the requested current ratio.
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.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
(a) Public and Products Liability Insurance with a limit of indemnity of not less than GBP 10000000 in relation to any one claim or series of claims;
(b) Employer's Liability Insurance with a limit of indemnity of not less than GBP 5000000 or such higher amount as may be in accordance with any legal requirement for the time being in force in relation to any one claim or series of claims; and
(c) Product Liability insurance and with a limit of indemnity of not less than GBP 5000000 or such higher amount as may be in accordance with any legal requirement for the time being in force in relation to any one claim or series of claims.
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
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: 5
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-009249
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
7 December 2023
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
7 December 2023
Local time
12:00pm
Place
Edinburgh
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
A mandatory requirement Organisations with more than 5 employees have in place a H&S Policy. Where a Bidder does not have an H&S Policy and is required to do so, the Council may exclude the Bidder from the competition.
A mandatory requirement that Tendering Organisations are asked to confirm that they will pay staff directly involved in the delivery of the framework agreement, and/or any subsequent call off contract, at least the real Living Wage. Where a Bidder does not pay the Living Wage the Council will exclude the Bidder from the competition.
A mandatory requirement that Tendering Organisations are asked to confirm that they will include the standard clause for Prompt Payment in all contracts at all stages of the supply chain within 30 days. Your Organisation must actively monitor payment performance and provide evidence and reports to the contracting authority on a regular basis. Where a Bidder fails to answer "Yes or N/A" the Council will exclude the Bidder from the competition.
A mandatory requirement that Tendering Organisations are asked to confirm that they will provide evidence in relation to climate change emergency and how they will respond. Organisations must submit a completed copy of “Schedule 23 Climate Change Plan”.
Where a Tenderer’s response is less than acceptable, the Council may exclude the Tenderer from the competition.
Bidders must complete the SPD (Scotland) 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=749292.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows:
The successful Contractors will be required to deliver Community Benefits in support of the Council’s economic, social and environment objectives. Please find further information in the documents attached.
A summary of the expected community benefits has been provided as follows:
Sponsorship and Funding and Training as part of the contractual terms by providing support through funding or donations, for the benefit of individual's or groups within the community.
(SC Ref:749292)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=749292
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 [NF1] 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.