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 Award Notice

School and Nursery Cycle and Scooter Storage

  • First published: 08 March 2024
  • Last modified: 08 March 2024

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-0426c3
Published by:
City of Edinburgh Council
Authority ID:
AA20376
Publication date:
08 March 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The City of Edinburgh Council requires cycle and scooter storage for various locations across the city.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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.2) Joint procurement

The contract is awarded by a central purchasing body

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.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 900 000.00  GBP

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

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

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 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-037252

Section V: Award of contract

Contract No: CT1311

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/03/2024

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

LockIt Safe Ltd

G9, The Innovation Centre, Innovation Way, Europarc

Grimsby

DN379TT

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 900 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

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.

(SC Ref:760276)

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

07/03/2024

Coding

Commodity categories

ID Title Parent category
34432000 Parts and accessories for bicycles Bicycles
39173000 Storage units Shop furniture

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:
graham.halliday@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.