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
  
            Telephone: +44 1314693922
  
            E-mail: lorna.lennen@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
  Midlothian Council
  Midlothian House, Buccleuch Street
  Dalkeith
  EH22 1DN
  UK
  
            Telephone: +44 1312707500
  
            E-mail: procurement@midlothian.gov.uk
  
            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
  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: https://www.westlothian.gov.uk/article/44070/Corporate-Procurement-Unit
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
 
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
  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.fife.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
 
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
  
            NUTS: UKM91
  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
  The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
  The Jack Copland Centre,, 52 Research Avenue North, Heriot-Watt Research Park
  Edinburgh
  EH12 9EB
  UK
  
            Telephone: +44 7919392110
  
            E-mail: karen.walls4@nhs.scot
  
            NUTS: UKM
  Internet address(es)
  
              Main address: http://www.nss.nhs.scot/browse/procurement-and-logistics
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
 
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
East Lothian Council
West Lothian Council
Mid Lothian Council
Fife Council
Scottish Borders Council
NHS Lothian
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
Forestry and Arboricultural Works Framework
            Reference number: CT1296
  II.1.2) Main CPV code
  77000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The City of Edinburgh Council and Participating Sector Partners (PSP’s) and their Arm’s Length Organisations, wish to appoint 3 Contractors, however, may take up to a maximum of 6 specialist and experienced suppliers to a Framework Agreement to carry out tree works at a variety of locations over the next four years.
  To carry out Forestry and Arboricultural Works as determined by the awarding Councils.
  To work alongside the Councils inhouse team
  To respond to and complete works requested within specified timescales
  II.1.5) Estimated total value
  Value excluding VAT: 
			950 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    77000000
    16100000
    16600000
    71421000
    03452000
    II.2.3) Place of performance
    NUTS code:
    UKM75
Main site or place of performance:
    Edinburgh, Lothians, Borders.
    II.2.4) Description of the procurement
    The City of Edinburgh Council and Participating Sector Partners (PSP’s) and their Arm’s Length Organisations, wish to appoint 3 Contractors, however, may take up to a maximum of 6. specialist and experienced suppliers to a Framework Agreement to carry out tree works at a variety of locations over the next four years.
    To carry out Forestry and Arboricultural Works as determined by the awarding Councils.
    To work alongside the Councils inhouse team
    To respond to and complete works requested within specified timescales
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    II.2.6) Estimated value
    Value excluding VAT: 
			950 000.00 
			  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.
    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
            
    II.2.14) Additional information
    Breakdown Figures provided are indicative
    Edinburgh Council 190,000 GBP per annum  East Lothian Council 50,000 GBP per annum, West Lothian Council 60,000 GBP per annum, Midlothian Council  25,000 GBP per annum
    Fife Council and Borders Council - a specific budget is not currently identified , NHS Lothian 42,000 GBP Per annum
   
 
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 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 354000.00 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:
  Employer’s Liability Insurance:
  A minimum cover of 5 million GBP for each claim.
  Public Liability Insurance
  A minimum cover of 10 million GBP for each claim.
  Professional Indemnity Insurance
  A minimum cover of 10 million GBP for each claim
  Motor Insurance:
  motor vehicle insurance on a fully comprehensive basis
  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 1.10. 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 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 5employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly
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
 
III.2) Conditions related to the contract
  III.2.1) Information about a particular profession
  
                  Participation is reserved to a particular profession: Yes
                
  Reference to the relevant law, regulation or administrative provision:
  Works must be undertaken in compliance with British standards BS 3998 2010 – Tree Work Recommendations.
  The completion of tree works must be undertaken in compliance with Industrial Best Practice and current Health and Safety legislation / Regulations covering all activities of any tree work operation issued as an Arboricultural Works order and supporting actives to perform instructed tree works;
  Signing, Lighting & Guarding NRSWA Unit 2, or superseding or equivalent
  Level 2 Certificate of Competence in Chainsaw Maintenance and Cross-cutting or equivalent
  Level 2 Award in the Safe Use of a Manually Fed Wood-Chipper or equivalent
  Level 2 Certificate of Competence in Felling Small Trees up to 380mm or equivalent
  Level 3 Certificate of Competence in Felling and Processing Medium Trees over 380mm and up to 760mm or equivalent
  Level 3 Certificate of Competence in Felling and Processing Large Trees Over 760mm or equivalent
  Level 2 Certificate of Competence in Tree Climbing and Aerial Rescue or equivalent
  Level 2 Certificate of Competence in Using a Chainsaw from a Rope and Harness or equivalent
  Level 2 Certificate in Arboriculture or equivalent or higher
  All squad members must hold a current First Aid certificate.
  III.2.2) Contract performance conditions
  Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 6
  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:
              29/07/2024
  
                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: 4 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              29/07/2024
  
              Local time: 12:30
  Place:
  City of Edinburgh
 
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
is a mandatory requirement of this Framework Agreement 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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttps://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=767683.
The buyer has indicated that it will accept electronic responses to this notice via the Post box facility. A user guide is available athttps://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 thecommunity 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.
Download the copy of the online SPD document here (to be completed online through post box submission):
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=769835.
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:
Please refer to tender documents
(SC Ref:769835)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=769835
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
20/06/2024