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: Victoria Shanley
  
            E-mail: Victoria.Shanley@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/
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
Garden Maintenance, Groundworks, and Estate Clearance Framework Agreement
            Reference number: CT1341
  II.1.2) Main CPV code
  71421000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The City of Edinburgh Council (the Council) requires a responsive citywide service for managing empty homes and garden areas, including wider estates, through the Council’s four locality housing teams. The Council has a housing stock of just under 20,000 homes, with approximately 1,500 homes becoming vacant each year.
  The service involves reactive work related to garden areas for the Council’s empty properties and surrounding wider areas, covering:
  Garden Maintenance and Groundworks includes grass tidying and cutting, minor hard landscaping, small-scale fencing, and hedge and tree cutting.
  Estate Clearance: fly-tipping uplifts, litter picks, etc
  II.1.5) Estimated total value
  Value excluding VAT: 
			3 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    71421000
    77314000
    90513000
    90520000
    II.2.3) Place of performance
    NUTS code:
    UKM75
Main site or place of performance:
    Edinburgh, City of
    II.2.4) Description of the procurement
    The City of Edinburgh Council (the Council) requires a responsive citywide service for managing empty homes and garden areas, including wider estates, through the Council’s four locality housing teams. The Council has a housing stock of just under 20,000 homes, with approximately 1,500 homes becoming vacant each year.
    The service involves reactive work related to garden areas for the Council’s empty properties and surrounding wider areas, covering:
    Garden Maintenance and Groundworks includes grass tidying and cutting, minor hard landscaping, small-scale fencing, and hedge and tree cutting.
    Estate Clearance: fly-tipping uplifts, litter picks, etc
    The appointed Service Providers will be required to:
    Respond to work orders raised by the Council’s four locality housing teams Property Teams across Edinburgh, cantered on the city’s Council housing stock and estates.
    Liaise with the four locality housing teams to clarify requirements, complete work orders, and handle payments using a Total Mobile solution.
    Provide a Contract Manager who will be available for on-site meetings with locality housing teams to review potential work, and discuss any ongoing concerns or issues related to performance, for both individual and group orders.
    Collaborate constructively with locality housing teams to deliver timely and high-quality services to Edinburgh’s residents.
    Complete all requested works and services within specified timescales and to the stipulated standards.
    Comply with all relevant Health and Safety at Work Regulations for all works and services.
    Ensure that all equipment used for the contract is tested and certified according to the manufacturer’s recommendations and applicable current legislation, in line with the Council’s approved service provider code of conduct.
    Require that all operatives wear appropriate personal protective equipment and responsibly handle the removal of sharps, such as broken glass or used needles, using designated sharps boxes, which must be disposed of off-site at an appropriate refuse facility.
    Ensure that the service provider’s representatives and operatives demonstrate courtesy and consideration towards residents and the public potentially impacted by the works.
    Appropriately Park service vehicles at work locations without obstructing roads, driveways, pavements, or causing general disruptions. Service providers are also responsible for arranging any necessary temporary parking permits for controlled parking zones (CPZs).
    Include any materials, works, and services not specifically mentioned but that are implied and deemed necessary for the satisfactory completion of the works and services.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    II.2.6) Estimated value
    Value excluding VAT: 
			3 000 000.00 
			  GBP
    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:
    The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance. The Estimated Value of 3M GBP relates to the whole 4 years of the Framework Agreement.
    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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  The Service provider must:
  Be a registered Licensed Waste Carrier and hold a relevant authority waste carrier license.
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  SPD Question 4B.1 – Tenderers are required to provide their “general” annual turnover for the last two financial years in response to this
  question.
  SPD Question 4B.5 - Tenderers are required to confirm that they hold, or commit to obtaining prior to the commencement of any
  subsequently awarded contract, the specified types and levels of insurance.
  SPD Question 4B.6 - Tenderers are required to provide their Current ratio for Current Year and the Prior Year. The formula for calculating
  a Tenderer’s current ratio is current assets divided by current liabilities.
Minimum level(s) of standards required:
  SPD Question 4B.1 – Tenderers are required to have a minimum “general” annual turnover of GBP 1.4 million 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 Question 4B.5 - 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:
  a. Employers (Compulsory) Liability Insurance – GBP 5,000,000
  b. Public Liability Insurance – GBP 10,000,000
  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.
  SPD Question 4B.6 - The acceptable range for each financial ratio is greater than 1.20. 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 Question 4C.4(a) - 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.
  SPD Question 4C.4(b) - 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 Question 4C.7(a) - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency).
  SPD Question 4C.7(b) – Compliance with LEZ - Tenderers are required to confirm that they (and any sub-contractor) will comply with the minimum emissions standards for Edinburgh’s Low Emission Zone (and any other such related scheme, including those in Partner Organisation’s locations) when delivering the specified services.
  SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management - 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.
  SPD Question 4D.1(2) – Disclosure - Staff who deliver regulated services to vulnerable adults or children and young people must have PVG clearance. Please refer to https://www.mygov.scot/disclosure-types/  for guidance.
Minimum level(s) of standards required:
  SPD Question 4C.4(a) - 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.
  SPD Question 4C.4(b) - 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 Question 4C.7(a) - Response to Climate Change Emergency - Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.
  SPD Question 4C.7(b) – Compliance with LEZ - Where a Tenderer does not commit to complying with this requirement, the Council may exclude the Tenderer from the competition.
  SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management - 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
  SPD Question 4D.1(2) – Disclosure - Where the Tenderer does not commit to obtaining Disclosure Checks for all relevant staff, the Council will exclude the Tenderer from the competition.  Please indicate your organisations’ intention to commit to this requirement.
 
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.1.3) 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: 3
  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:
              15/07/2024
  
                Local time: 15:00
  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:
              15/07/2024
  
              Local time: 16:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
48 months
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=768500.
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:
The Service Provider is encouraged to secure positive outcomes that will benefit the community in which they operate. The Service Provider must assist the Council in the delivery of community benefits. The Council reserves the right to introduce monitoring of the delivery of community benefits during the Framework Agreement term.
(SC Ref:768500)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=768500
VI.4) Procedures for review
  VI.4.1) Review body
  
    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 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
12/06/2024