Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Contact person: Laura van Leeuwen
Telephone: +44 1314693922
E-mail: laura.vanleeuwen@edinburgh.gov.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.1) Name and addresses
West Lothian Council
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
UK
Telephone: +44 1506281814
E-mail: cpu@westlothian.gov.uk
Fax: +44 1506281325
NUTS: UKM78
Internet address(es)
Main address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
I.1) Name and addresses
Midlothian Council
Midlothian House, Buccleuch Street
Dalkeith
EH22 1DN
UK
Telephone: +44 1312707500
E-mail: procurement@midlothian.gov.uk
Fax: +44 1316542797
NUTS: UKM73
Internet address(es)
Main address: http://www.midlothian.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00336
I.1) Name and addresses
East Lothian Council
John Muir House
Haddington, East Lothian
EH41 3HA
UK
Telephone: +44 1620827827
E-mail: procurement@eastlothian.gov.uk
NUTS: UKM73
Internet address(es)
Main address: http://www.eastlothian.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181
I.1) Name and addresses
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
UK
Telephone: +44 1835824000
E-mail: procurement@scotborders.gov.uk
Fax: +44 1835825150
NUTS: UK
Internet address(es)
Main address: http://www.scotborders.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
UK
Telephone: +44 3451550000
E-mail: enquiry.procurement@fife.gov.uk
NUTS: UKM72
Internet address(es)
Main address: http://www.fifedirect.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
I.2) Joint procurement
The contract involves joint procurement
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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
Forestry and Arboriculture Services Framework Agreement
Reference number: CT2677
II.1.2) Main CPV code
77200000
II.1.3) Type of contract
Services
II.1.4) Short description
Awarding Councils wish to appoint a maximum of six specialist and experienced suppliers per lot to a Framework Agreement to carry out tree works at a variety of locations within participating Council boundaries over the next 4 years.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
The City of Edinburgh, East Lothian, Midlothian, Fife and the Scottish Borders Councils
II.2.2) Additional CPV code(s)
77230000
77231000
77211300
77211400
77211500
77341000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Geographical services in relation to The City of Edinburgh, East Lothian, Midlothian, Fife and the Scottish Borders Councils for Lot 1.
Tree works including emergency works this may cover trimming, felling, maintenance, assessment, replanting.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Cost criterion: Cost
/ Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2019
End:
31/07/2023
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
West Lothian Council
II.2.2) Additional CPV code(s)
77230000
77231000
77211300
77211400
77211500
77341000
II.2.3) Place of performance
NUTS code:
UKM78
II.2.4) Description of the procurement
Geographical services in relation to West Lothian Council for Lot 2.
Tree works including emergency works this may cover trimming, felling, maintenance, assessment, replanting.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Cost criterion: Cost
/ Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2019
End:
31/07/2023
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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:
Part III: Section A, B, C and D: economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of The Public Contracts (Scotland) Regulations 2015.
Part IV: Selection criteria — B: Economic and financial standing — Question 4B.1 — Tenderers are required to have a minimum “general” annual turnover of 200 000 GBP for the last 2 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.
Part IV: Selection Criteria — B: Economic and financial standing — Question 4B.4 — 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 the current ratio is current assets divided by current liabilities. The acceptable range for each ratio is greater than 1.10. Where a current ratio is less than 1.10 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 required:
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) employers (compulsory) liability insurance: 5 000 000 GBP;
(b) public liability insurance: 10 000 000 GBP;
(c) professional indemnity: 2 000 000 GBP.
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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Part IV: Selection criteria — D: Quality Assurance Schemes and Environmental Management — Question 4D.1 — It is a mandatory requirement that tendering organisations with more than 5 employees have in place a health and 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 and safety policy and is required to do so, the Council may exclude the bidder from the competition.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The Framework Agreement will contain a community benefits clause.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 12
Justification for any framework agreement duration exceeding 4 years: Not applicable.
IV.1.8) Information about 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:
24/05/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
24/05/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Early 2023.
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
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=580267
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.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Requirement to provide community benefit(s) if more than 50 000 GBP is spent.
(SC Ref:580267)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=580267
VI.4) Procedures for review
VI.4.1) Review body
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Telephone: +44 1314693922
Internet address(es)
URL: http://www.edinburgh.gov.uk
VI.5) Date of dispatch of this notice
18/04/2019