Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Production Support Crew & Equipment Hire

  • First published: 16 December 2023
  • Last modified: 16 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042621
Published by:
The City of Edinburgh Council
Authority ID:
AA76329
Publication date:
16 December 2023
Deadline date:
08 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council is seeking to appoint a Framework of a maximum of 10 multi-disciplinary Suppliers. An open procurement process will be followed where by the Single Procurement Document (SPD) will be utilised to identify suitable Tenderers in terms of compliance with the Public Contracts (Scotland) Regulations 2015 and/or the Procurement (Scotland) Regulations 2016/PR(S)A14 and the minimum standards and any other requirements set out in the Tender documents & Contract Notice. Thereafter an Award Criteria and Pricing evaluation will be undertaken to select the tenders which represent the best overall value for money.

Full notice text

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: Claudine Persaud

Telephone: +44 1314693727

E-mail: claudine.persaud@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.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

Production Support Crew & Equipment Hire

Reference number: CT1278

II.1.2) Main CPV code

79952000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The City of Edinburgh Council is seeking to appoint a Framework Agreement of a maximum of 10 multi-disciplinary Suppliers to meet the production needs of live events (mainly concert & conferences etc) at its Cultural Venues.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79952000

79952100

92312110

92300000

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh.

II.2.4) Description of the procurement

The Council is seeking to appoint a Framework of a maximum of 10 multi-disciplinary Suppliers. An open procurement process will be followed where by the Single Procurement Document (SPD) will be utilised to identify suitable Tenderers in terms of compliance with the Public Contracts (Scotland) Regulations 2015 and/or the Procurement (Scotland) Regulations 2016/PR(S)A14 and the minimum standards and any other requirements set out in the Tender documents & Contract Notice. Thereafter an Award Criteria and Pricing evaluation will be undertaken to select the tenders which represent the best overall value for money.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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 be for a period of two years with the option to extend for up to a further two 12 month periods, undertaken at the sole discretion of the Council.

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:

SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1a - Tenderers must provide their “general” annual turnover for the last two financial years in response to this question.

SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5b & c - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the specified types and levels of insurance.

SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.6 - Tenderers must provide their Current ratio for Current Year & the Prior year.


Minimum level(s) of standards required:

SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1a - Tenderers are required to have a minimum “general” annual turnover of GBP 60000 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.

SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5b & c - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the following types and levels of insurance - Employers (Compulsory) Liability Insurance – GBP 5000000 & Public Liability Insurance – GBP 5000000

Tenderers are required to indicate their compliance in response to this question. Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Tenderer from the competition.

SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.6 - 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 1.10. 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.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

SPD Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.1.2 - Expertise, capability and capacity - Tenderers are required to demonstrate that they have the expertise, capability and capacity required to deliver the specified services, i.e. the supply of (1) Temporary Labour - Skilled – Technical Production Support (2) Temporary Labour - Non Skilled - Production Support and (3) Production Equipment for Hire.

SPD Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.3a – Compliance with Mandatory Requirements - Tenderers required to confirm that they are compliant with the Mandatory Requirements detailed in section 1.5 & 1.6 of the Specification as follows:

- Considering that the majority of service requirements are multi-disciplinary, and to ensure full service coverage, it is a mandatory requirement that Framework Suppliers supply at least two elements in each of the three categories detailed in section 1.1 of the Specification.

- Considering that the requirement for service provision (labour & equipment hire) regularly arises on an ad-hoc and/or short-notice basis, it is a mandatory requirement that Framework Suppliers are able to offer service provision within a 2-hour window of request.

SPD Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.4 - Inclusion of prompt payment clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the framework agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties.

SPD Part IV: Selection criteria - D: Quality Assurance – Question 4D.1 - Payment of the Real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the framework agreement (including any agency or sub-contractor staff), at least the Real Living Wage.


Minimum level(s) of standards required:

SPD Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.1.2 - Expertise, capability and capacity - To demonstrate compliance Tenderers must provide two examples of the delivery of similar contracts to the specified services, delivered during the last three years. Where a Tenderer does not demonstrate compliance to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

SPD Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.3a – Compliance with Mandatory Requirements - Where a Tenderer does not demonstrate compliance to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

SPD Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.4 - Inclusion of prompt payment clause - Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.

SPD Part IV: Selection criteria - D: Quality Assurance – Question 4D.1 - Payment of the Real Living Wage - Where a Tenderer does not commit to pay any staff that at least the Real Living Wage, the Council may exclude the Tenderer from the competition.

III.2) Conditions related to 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: 10

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/02/2024

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: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/02/2024

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

It is envisaged that the contract opportunity will be advertised in the final quarter of 2025 if the extension options are not undertaken, otherwise, in the final quarter of 2026 or the final quarter of 2027.

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 Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=753436.

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:

Suppliers appointed to the Framework will be required to deliver the following Community Benefit:

- each Framework Supplier will rebate 1% of contract spend annually to be utilised to deliver a Community Benefit agreed between the Supplier and the Council (e.g. donation to Back to School Bank - A charity which aims is to provide a School Uniform for children who need help getting a new school uniform as a result of poverty in Edinburgh).

(SC Ref:753436)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=753436

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street,

Edinburgh

EH1 1LB

UK

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.

VI.5) Date of dispatch of this notice

15/12/2023

Coding

Commodity categories

ID Title Parent category
79952100 Cultural event organisation services Event services
92300000 Entertainment services Recreational, cultural and sporting services
79952000 Event services Exhibition, fair and congress organisation services
92312110 Theatrical producer entertainment services Artistic services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
claudine.persaud@edinburgh.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.