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