Contract notice
Section I: Contracting
authority
I.1) Name and addresses
East Lothian Council
John Muir House
Haddington, East Lothian
EH41 3HA
UK
Telephone: +44 1620827827
E-mail: procurement@eastlothian.gov.uk
NUTS: UKM73
Internet address(es)
Main address: http://www.eastlothian.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/Default.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/Default.aspx
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
Term Maintenance Contract for Fall Arrest Equipment & Associated Works
Reference number: ELC-24-0278
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Term Maintenance Contract are seeking a contractor for the Term Maintenance Contract For Fall Arrest Equipment & Associated Works.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71315400
71631300
71630000
II.2.3) Place of performance
NUTS code:
UKM73
Main site or place of performance:
East Lothian
II.2.4) Description of the procurement
East Lothian Council are seeking a contractor for the Inspection and Testing of Fall Arrest Equipment & Associated Works.
The Term Maintenance Contract will be to undertake Term Maintenance Contract For Fall Arrest Equipment & Associated Works which include the following:
1. Planned Inspection/Testing Of Roof Anchors.
2. Planned Inspection/Testing Of Fall Arrest/Man Safe Systems/Latchway Systems.
3. Planned Inspection/Testing Of Lanyards.
4. Planned Inspection/Testing Of Ladder Ties/Eyebolts.
5. Planned Inspection/Testing Of Fixed Ladder Systems.
6. Planned Inspection/Testing Of Fixed Ladder Hooks.
7. Planned Inspection/Testing Of Window Eyebolts.
8. Planned Inspection/Testing Of Guardrails/Edge Protection.
9. Planned Inspection/Testing Of Metal Walkways.
10. Reactive Maintenance/Remedial Works Associated With Items 1-9 Above.
11. Planned Inspections Of Chimneys.
12. Reactive Maintenance/Remedial Works Of Chimneys.
13. Planned Inspection/Testing Of Lightning Conductor Systems.
14. Reactive Maintenance/Remedial Works Of Lightning Conductor Systems
15. Planned Inspection/Testing Of Building Mounted Flag Poles.
16. Reactive Maintenance/Remedial Works Of Building Mounted Flag Poles.
II.2.5) Award criteria
Criteria below:
Quality criterion: Relevant Experience
/ Weighting: 10
Quality criterion: Key Staff
/ Weighting: 5
Quality criterion: Quality & Availability of Service
/ Weighting: 10
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
70
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:
3+1 years
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. This includes an employer’s obligations under National Minimum Wage Act 1998 and the Equality Act 2010.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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:
30/10/2024
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:
30/10/2024
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:
December 2028
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
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=778969.
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 are a requirement of this contract.
A summary of the expected community benefits has been provided as follows:
The Service Provider shall engage with the Council with regard to delivering proportionate Community Benefits in relation to the Contract in terms of social, economic, and environmental benefits, in order to achieve sustainability and best value from public spending to benefit the community.
(SC Ref:778969)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=778969
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
UK
VI.5) Date of dispatch of this notice
30/09/2024