Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Dundee City Council
  Dundee House, 50 North Lindsay Street
  Dundee
  DD1 1NZ
  UK
  
            Contact person: Alix Finlayson
  
            Telephone: +44 1382433691
  
            E-mail: alix.finlayson@dundeecity.gov.uk
  
            NUTS: UKM71
  Internet address(es)
  
              Main address: www.dundeecity.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
 
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
            Other: Events
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Tender for Christmas Lights Decoration in Dundee City Centre
            Reference number: DCC/CD/322/23
  II.1.2) Main CPV code
  79952000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  This procurement process is for the contract for the festive decorations within the City Centre area for the Christmas Holiday period. The holiday period will be the 6 weeks running up to Christmas (dates would be confirmed each year by the project lead).
  II.1.5) Estimated total value
  Value excluding VAT: 
			400 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    79952000
    II.2.3) Place of performance
    NUTS code:
    UKM71
Main site or place of performance:
    Dundee City Centre
    II.2.4) Description of the procurement
    This procurement process is for the contract for the festive decorations within the City Centre area for the Christmas Holiday period. The holiday period will be the 6 weeks running up to Christmas (dates would be confirmed each year by the project lead).
    Dundee City Council is seeking to appoint a competent contractor to design, supply, install, maintain the lighting provision over the period of the contract and the storage of the lighting over the remainder of the year.
    Dundee City Council is seeking a lighting and decoration scheme that is impactful and is a celebration of the festive season.  The lighting scheme should include proposals to enhance the living Christmas tree at City Churches as a focal point.
    Dundee City Council is looking to appoint a contractor to design, supply, install and maintain a new festive lighting scheme for Dundee City Centre.  The contractor will also be expected to remove and store the lighting.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Compliance with Specification of Requirements
                    / Weighting: pass/fail
    
                    Quality criterion: Duty of Care, Health, and Safety & Risk Management
                    / Weighting: pass/fail
    
                    Quality criterion: Site Specific Risk Assessment and Method Statement
                    / Weighting: pass/fail
    
                    Quality criterion: CDM Construction, Design and Management Regulations 2015
                    / Weighting: pass/fail
    
                    Quality criterion: Health and Safety
                    / Weighting: pass/fail
    
                    Quality criterion: Delivery Timescale
                    / Weighting: pass/fail
    
                    Quality criterion: Site Visit
                    / Weighting: pass/fail
    
                    Quality criterion: The Proposal for Lighting
                    / Weighting: 25
    
                    Quality criterion: Contractor Resource, Resourcing of Requirements
                    / Weighting: 25
    
                    Quality criterion: Delivery of Contract and Quality of Service
                    / Weighting: 25
    
                    Quality criterion: Community Benefits, question 1
                    / Weighting: 2
    
                    Quality criterion: Community Benefits question 2
                    / Weighting: 1
    
                    Quality criterion: Environment
                    / Weighting: pass/fail
    
                    Quality criterion: Fair Work First
                    / Weighting: 2
    
                    Price
                    
                      / Weighting: 
                      20
    II.2.6) Estimated value
    Value excluding VAT: 
			400 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    This contract has the option to extend for a further 1 year period.
    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:
  NA
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  Bidders will require to hold insurance levels which are listed within Appendix 5 - Conditions of Contract for the Provision of Services
Minimum level(s) of standards required:
  4B.6
  The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability.
  It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability.
  Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide their audited financial accounts for the previous 2 years as part of their SPD response in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size.
  As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence:
  A business plan for a minimum 3-year trading period setting out projected annual average turnover;
  audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, and
  letter of support for the bidder’s bank setting out the level of financial support available to the business from the bank and for how long that is available.
  A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what information, such as a business plan for the period 01/04/2024 – 31/03/2028, was considered by the bank in deciding to make that support available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all Questionnaire responses so the provision of as much information as possible is encouraged.
  All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seek additional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference.
  Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee.
  Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Score check score of 35 or above.
  Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35 or above The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Selection criteria is stated within the procurement documents.
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  Contract performance conditions are listed within the tender documents.
 
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:
              24/06/2024
  
                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: 3 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              24/06/2024
  
              Local time: 12:00
  Place:
  PCS Electronic Postbox
  Information about authorised persons and opening procedure:
  Category Officer
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
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
Please complete and sign the documentation and upload via Public Contracts Scotland Electronic Postbox. A checklist is provided within the Invitation to Tender documentation which can be found in the Additional Documents Area of PCS. (Tender offer, pricing schedules, bill of quantities, bonafide tender, Declaration of Non-Involvement, SPD online (Single Procurement Document).
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=765952.
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:
Details of the Community Benefits requirement is detailed within the tender documents.
(SC Ref:765952)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=765952
VI.4) Procedures for review
  VI.4.1) Review body
  
    Dundee Sherriff Court and Justice of the Peace Court
    Sherriff House, 6 West Bell Street
    Dundee
    DD1 9AD
    UK
   
  VI.4.4) Service from which information about the review procedure may be obtained
  
    Scottish Court Service
    Saughton House, Broomhouse Drive
    Edinburgh
    EH11 3XD
    UK
    
            Telephone: +44 1314443300
    
            E-mail: enquiries@scotcourts.gov.uk
   
 
VI.5) Date of dispatch of this notice
23/05/2024