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 Notice

Street Lighting Columns

  • First published: 08 November 2023
  • Last modified: 08 November 2023

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-03b73e
Published by:
The City of Edinburgh Council
Authority ID:
AA76329
Publication date:
08 November 2023
Deadline date:
07 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council requires aluminium street lighting columns to support the Council's capital investment in street lighting.

Full notice text

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: Pauline Sutherland

Telephone: +44 1314693922

E-mail: pauline.sutherland@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


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

Street Lighting Columns

Reference number: CT2954

II.1.2) Main CPV code

34928510

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The City of Edinburgh Council (the Council) has the requirement for the supply and delivery of various types of aluminium street lighting columns.

II.1.5) Estimated total value

Value excluding VAT: 640 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

II.2) Description

Lot No: 1

II.2.1) Title

Aluminium Columns

II.2.2) Additional CPV code(s)

34928510

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh

II.2.4) Description of the procurement

The Council requires aluminium street lighting columns to support the Council's capital investment in street lighting.

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of the Contract / Weighting: 15%

Quality criterion: Product(s) / Weighting: 35%

Quality criterion: Contract Management and KPIs / Weighting: 15%

Quality criterion: The Environment and Sustainability / Weighting: 10%

Quality criterion: Community Benefits / Weighting: 10%

Quality criterion: Quality Assurance / Weighting: 5%

Quality criterion: Fair Work Practices / Weighting: 5%

Quality criterion: Business Continuity / Weighting: 5%

Price / Weighting:  40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 2

II.2.1) Title

Decorative Aluminium Columns

II.2.2) Additional CPV code(s)

34928510

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh

II.2.4) Description of the procurement

The Council requires decorative aluminium street lighting columns to support the Council’s capital investment in street lighting.

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of the Contract / Weighting: 15%

Quality criterion: Product(s) / Weighting: 35%

Quality criterion: Contract Management and KPIs / Weighting: 15%

Quality criterion: The Environment and Sustainability / Weighting: 10%

Quality criterion: Community Benefits / Weighting: 10%

Quality criterion: Quality Assurance / Weighting: 5%

Quality criterion: Fair Work Practices / Weighting: 5%

Quality criterion: Business Continuity / Weighting: 5%

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 3

II.2.1) Title

Mid-Hinged (Raise/Lower) Aluminium Columns

II.2.2) Additional CPV code(s)

34928510

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh

II.2.4) Description of the procurement

The Council requires mid-hinged (raise/lower) aluminium street lighting columns to support the Council’s capital investment in street lighting.

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of the Contract / Weighting: 15%

Quality criterion: Product(s) / Weighting: 35%

Quality criterion: Contract Management and KPIs / Weighting: 15%

Quality criterion: The Environment and Sustainability / Weighting: 10%

Quality criterion: Community Benefits / Weighting: 10%

Quality criterion: Quality Assurance / Weighting: 5%

Quality criterion: Fair Work Practices / Weighting: 5%

Quality criterion: Business Continuity / Weighting: 5%

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Minimum level(s) of standards required:

Minimum level(s) of standards required:

This section refers to Section B of Part IV of the SPD (Scotland)

Economic and Financial Standing - Question 4B1a General yearly turnover -

Should a supplier be successful in more than one lot, the minimum “general” annual turnover will be added together for all lots that the supplier was awarded on to.

Tenderers are required to have a minimum “general” annual turnover of:

Lot 1 - GBP 290000 for the last two financial years;

Lot 2 - GBP 10000 for the last two financial years; and/or

Lot 3 - GBP 20000 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.

Question 4B6 Other economic or financial requirements-

Tenderers will be required provide the following information in response to

4B.4:

Current ratio for Current Year: 1.10

Current ratio for Prior Year: 1.10

The formula for calculating a Tenderer’s current ratio is current assets

divided by current liabilities.

The acceptable range for each financial ratio is greater than the requested current ratio.

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.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

(a) Public and Products Liability Insurance with a limit of indemnity of not less than GBP 10000000 in relation to any one claim or series of claims;

(b) Employer's Liability Insurance with a limit of indemnity of not less than GBP 5000000 or such higher amount as may be in accordance with any legal requirement for the time being in force in relation to any one claim or series of claims; and

(c) Product Liability insurance and with a limit of indemnity of not less than GBP 5000000 or such higher amount as may be in accordance with any legal requirement for the time being in force in relation to any one claim or series of claims.

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.

III.2) Conditions related to 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: 5

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 000-009249

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/12/2023

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/12/2023

Local time: 12:00

Place:

Edinburgh

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

A mandatory requirement Organisations with more than 5 employees have in place a H&S Policy. Where a Bidder does not have an H&S Policy and is required to do so, the Council may exclude the Bidder from the competition.

A mandatory requirement that Tendering Organisations are asked to confirm that they will pay staff directly involved in the delivery of the framework agreement, and/or any subsequent call off contract, at least the real Living Wage. Where a Bidder does not pay the Living Wage the Council will exclude the Bidder from the competition.

A mandatory requirement that Tendering Organisations are asked to confirm that they will include the standard clause for Prompt Payment in all contracts at all stages of the supply chain within 30 days. Your Organisation must actively monitor payment performance and provide evidence and reports to the contracting authority on a regular basis. Where a Bidder fails to answer "Yes or N/A" the Council will exclude the Bidder from the competition.

A mandatory requirement that Tendering Organisations are asked to confirm that they will provide evidence in relation to climate change emergency and how they will respond. Organisations must submit a completed copy of “Schedule 23 Climate Change Plan”.

Where a Tenderer’s response is less than acceptable, the Council may exclude the Tenderer from the competition.

Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.

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=749292.

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:

A summary of the expected community benefits has been provided as follows:

The successful Contractors will be required to deliver Community Benefits in support of the Council’s economic, social and environment objectives. Please find further information in the documents attached.

A summary of the expected community benefits has been provided as follows:

Sponsorship and Funding and Training as part of the contractual terms by providing support through funding or donations, for the benefit of individual's or groups within the community.

(SC Ref:749292)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=749292

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 /OJEU [NF1] 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

06/11/2023

Coding

Commodity categories

ID Title Parent category
34928510 Street-lighting columns Road 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:
pauline.sutherland@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.