Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  City of Edinburgh Council
  4 East Market Street
  Edinburgh
  EH6 8BG
  UK
  
            Contact person: Graham Halliday
  
            Telephone: +44 1314693179
  
            E-mail: graham.halliday@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:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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:
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
School and Nursery Cycle and Scooter Storage
            Reference number: CT1311
  II.1.2) Main CPV code
  39173000
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  The City of Edinburgh Council requires cycle and scooter storage for various locations across the city.
  II.1.5) Estimated total value
  Value excluding VAT: 
			900 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    39173000
    34432000
    II.2.3) Place of performance
    NUTS code:
    UKM75
Main site or place of performance:
    City of Edinburgh Council
    II.2.4) Description of the procurement
    Initial requirement for cycle and scooter storage at various primary schools
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Option to extend by a further 12 months
    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:
            
              Yes
            
    Description of options:
    Contract is for initial requirements which are detailed in the ITT documentation, the contract will also include any ad hoc as yet unknown requirements in this area arising in the next 24 months.
    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 & 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 [for above threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below threshold).
  Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of 400,000 GBP 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.
  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: 1.15
  Current ratio for Prior Year: 1.15
  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 1.15. 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. Employers (Compulsory) Liability Insurance - 5m GBP
  b. Public Liability Insurance - 10m GBP
III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Pease see Additional Information
 
III.2) Conditions related to the contract
  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.1.8) 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:
              18/01/2024
  
                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: 3 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              18/01/2024
  
              Local time: 12:00
  Place:
  Edinburgh
  Information about authorised persons and opening procedure:
  Council Officers
 
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
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: Technical and Professional Ability – Living Wage Payment – Question 4C.4
Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the [contract, and/or any
subsequent call off contract] (including any agency or sub-contractor staff) directly involved in the delivery of the [contract, and/or any subsequent call off contract]), at least the real Living Wage.
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 the provision of a carbon reduction plan
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.
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=748598.
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.
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=753482.
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:753482)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=753482
VI.4) Procedures for review
  VI.4.1) Review body
  
    Sheriff Court
    Sheriff Court House, 27 Chambers Street
    Edinburgh
    EH1 1LB
    UK
   
 
VI.5) Date of dispatch of this notice
19/12/2023