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: Susan Lowrie
E-mail: susan.lowrie@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
Metal Presentation Seats and Plaques
Reference number: CT1441
II.1.2) Main CPV code
39113600
II.1.3) Type of contract
Supplies
II.1.4) Short description
Provision of Metal Presentation Seats and Plaques
II.1.5) Estimated total value
Value excluding VAT:
237 455.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
39113600
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh
II.2.4) Description of the procurement
Provision of Metal Presentation Seats and Plaques.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20
Price
/ Weighting:
80
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Extend up to 24 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:
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.1.2) Economic and financial standing
List and brief description of selection criteria:
Insurance Requirements:
- Employers (Compulsory) Liability Insurance – 10 million GBP
- Public Liability Insurance – 5 million GBP
- Comprehensive Motor Vehicle – 5 million GBP
Specific Turnover Requirements:
- A minimum “general” annual turnover of 95,000 GBP for the last two financial years
- Current ratio for Current Year: 1.10
- Current ratio for Prior Year: 1.10
Minimum level(s) of standards required:
Insurance Requirements:
- Employers (Compulsory) Liability Insurance – 10 million GBP
- Public Liability Insurance – 5 million GBP
- Comprehensive Motor Vehicle – 5 million GBP
Specific Turnover Requirements:
- A minimum “general” annual turnover of 95,000 GBP for the last two financial years
- Current ratio for Current Year: 1.10
- Current ratio for Prior Year: 1.10
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 Contract (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 Contract, 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.
It is a mandatory requirement that the Metal Presentation Seats specified must comply with BS EN ISO 1461:2009. Bidders are required to confirm they will comply with this standard.
Minimum level(s) of standards required:
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 Contract (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 Contract, 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.
It is a mandatory requirement that the Metal Presentation Seats specified must comply with BS EN ISO 1461:2009. Bidders are required to confirm they will comply with this standard.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See procurement documents
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:
06/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
06/03/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
February 2030
VI.2) Information about electronic workflows
Electronic ordering will be used
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=789484.
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.
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:
Community benefits guidance document has been attached as part of the tender pack.
Community benefits will be agreed with the winning bidder and the Council, if benefits are due.
(SC Ref:789484)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=789484
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EG1 1LB
UK
VI.5) Date of dispatch of this notice
03/02/2025