Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Person cyswllt: Pauline Sutherland
Ffôn: +44 1314693922
E-bost: pauline.sutherland@edinburgh.gov.uk
NUTS: UKM75
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.edinburgh.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Street Lighting Columns
Cyfeirnod: CT2954
II.1.2) Prif god CPV
34928510
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
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) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 640 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 3 lotiau
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Aluminium Columns
II.2.2) Cod(au) CPV ychwanegol
34928510
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
The Council requires aluminium street lighting columns to support the Council's capital investment in street lighting.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Delivery of the Contract
/ Pwysoliad: 15%
Maes prawf ansawdd: Product(s)
/ Pwysoliad: 35%
Maes prawf ansawdd: Contract Management and KPIs
/ Pwysoliad: 15%
Maes prawf ansawdd: The Environment and Sustainability
/ Pwysoliad: 10%
Maes prawf ansawdd: Community Benefits
/ Pwysoliad: 10%
Maes prawf ansawdd: Quality Assurance
/ Pwysoliad: 5%
Maes prawf ansawdd: Fair Work Practices
/ Pwysoliad: 5%
Maes prawf ansawdd: Business Continuity
/ Pwysoliad: 5%
Price
/ Pwysoliad:
40%
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Decorative Aluminium Columns
II.2.2) Cod(au) CPV ychwanegol
34928510
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
The Council requires decorative aluminium street lighting columns to support the Council’s capital investment in street lighting.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Delivery of the Contract
/ Pwysoliad: 15%
Maes prawf ansawdd: Product(s)
/ Pwysoliad: 35%
Maes prawf ansawdd: Contract Management and KPIs
/ Pwysoliad: 15%
Maes prawf ansawdd: The Environment and Sustainability
/ Pwysoliad: 10%
Maes prawf ansawdd: Community Benefits
/ Pwysoliad: 10%
Maes prawf ansawdd: Quality Assurance
/ Pwysoliad: 5%
Maes prawf ansawdd: Fair Work Practices
/ Pwysoliad: 5%
Maes prawf ansawdd: Business Continuity
/ Pwysoliad: 5%
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 3
II.2.1) Teitl
Mid-Hinged (Raise/Lower) Aluminium Columns
II.2.2) Cod(au) CPV ychwanegol
34928510
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
The Council requires mid-hinged (raise/lower) aluminium street lighting columns to support the Council’s capital investment in street lighting.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Delivery of the Contract
/ Pwysoliad: 15%
Maes prawf ansawdd: Product(s)
/ Pwysoliad: 35%
Maes prawf ansawdd: Contract Management and KPIs
/ Pwysoliad: 15%
Maes prawf ansawdd: The Environment and Sustainability
/ Pwysoliad: 10%
Maes prawf ansawdd: Community Benefits
/ Pwysoliad: 10%
Maes prawf ansawdd: Quality Assurance
/ Pwysoliad: 5%
Maes prawf ansawdd: Fair Work Practices
/ Pwysoliad: 5%
Maes prawf ansawdd: Business Continuity
/ Pwysoliad: 5%
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 5
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-009249
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
07/12/2023
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
07/12/2023
Amser lleol: 12:00
Place:
Edinburgh
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sheriff Court
Sheriff Court House, 27 Chambers Street
EDINBURGH
EH1 1LB
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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) Dyddiad anfon yr hysbysiad hwn
06/11/2023