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: Claudine Persaud
Telephone: +44 1314693727
E-mail: claudine.persaud@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
Supply and Maintenance of Stairlifts, Ceiling Track Hoists and Bidet Toilets
Reference number: CT2717
II.1.2) Main CPV code
33196000
II.1.3) Type of contract
Services
II.1.4) Short description
The City of Edinburgh Council wish to put a three lot Framework Agreement in place (appointing a maximum of 1 supplier per lot) for the supply, servicing and maintenance of:
— Lot 1 (Stair Lifts, Step-Lifts and Through Floor Lifts),
— Lot 2 (Ceiling Track and Gantry Hoists),
— Lot 3 (Bidet Style Toilets).
Each lot encompasses:
— supply of equipment and associated services,
— planned preventative maintenance and servicing,
— reactive repairs of equipment,
— removal, refurbishment and storage of equipment.
The Framework Agreement may be utilised by the City of Edinburgh Council, East Lothian Council and Midlothian Council.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
A single supplier will be appointed to service each lot. A supplier may be awarded more than one lot if they bid for more than 1 lot, dependant on the evaluation outcome for each lot.
II.2) Description
Lot No: 1
II.2.1) Title
Stair Lifts, Step-Lifts and Through Floor Lifts
II.2.2) Additional CPV code(s)
33196000
33196200
33192600
44115600
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh, East Lothian and Midlothian.
II.2.4) Description of the procurement
The City of Edinburgh Council wishes to appoint a single supplier for the supply, servicing and maintenance of Lot 1: Stair Lifts, Step-Lifts and Through Floor Lifts.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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:
The contract will be for a period of 2 years with 2 optional 12-month extension periods undertaken at the sole discretion of the Council.
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:
Yes
Description of options:
In addition to the possible extension periods additional equipment (beyond that detailed in the equipment inventory provided) may require to be subject to planned preventative maintenance and servicing. Where additional equipment comes into scope during the contract period, details will be agreed between the supplier and the Council.
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
Ceiling Track and Gantry Hoists
II.2.2) Additional CPV code(s)
33196000
33196200
33192600
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh, East Lothian and Midlothian.
II.2.4) Description of the procurement
The City of Edinburgh Council wishes to appoint a single supplier for the supply, servicing and maintenance of Lot 2: Ceiling Track and Gantry Hoists.
II.2.5) Award criteria
Criteria below:
Quality criterion: 50
/ Weighting: Quality
Price
/ Weighting:
50
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:
The contract will be for a period of 2 years with 2 optional 12-month extension periods undertaken at the sole discretion of the Council.
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:
Yes
Description of options:
In addition to the possible extension periods additional equipment (beyond that detailed in the equipment inventory provided) may require to be subject to planned preventative maintenance and servicing. Where additional equipment comes into scope during the contract period, details will be agreed between the supplier and the Council.
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
Bidet Style Toilets
II.2.2) Additional CPV code(s)
33196000
33196200
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh, East Lothian and Midlothian.
II.2.4) Description of the procurement
The City of Edinburgh Council wishes to appoint a single supplier for the supply, servicing and maintenance of Lot 3: Bidet Style Toilets.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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:
The contract will be for a period of 2 years with 2 optional 12-month extension periods undertaken at the sole discretion of the Council.
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:
Yes
Description of options:
In addition to the possible extension periods additional equipment (beyond that detailed in the equipment inventory provided) may require to be subject to planned preventative maintenance and servicing. Where additional equipment comes into scope during the contract period, details will be agreed between the supplier and the Council.
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:
Q.4B1a-General yearly turnover: the bidder should provide its general yearly turnover for the last 2 financial years. Bidders are required to have a minimum general annual turnover of 118 000 GBP for the last 2 financial years.
Q.4B3-Set up of economic operator: is it the case the information concerning turnover (general or specific) is not available for the entire period required? If so, please state the date on which the bidder was set up or started trading.
Q.4B4-Financial ratio: bidders are required to have a current ratio for the current year greater than 1,15 and a current ratio for the prior year greater than 1,15. The formula for calculating a bidder’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1,15.
Q.4B5b-Insurance-employer’s (compulsory) liability: bidders are required to hold or commit to obtaining 5 000 000 GBP of employer’s (compulsory) liability insurance.
Q.4B5c-Insurance-all other types listed: bidders are required to hold or commit to obtaining, prior to the commencement of the contract, the levels of all other types of insurance cover indicated.
1) Type of insurance — public liability: minimum amount 10 000 000 GBP.
2) Type of insurance — product liability: minimum amount 10 000 000 GBP.
Minimum level(s) of standards required:
Q.4B1a and Q.4B3 — Where a bidder does not have a minimum general annual turnover of 118 000 GBP the Council may exclude the bidder from the competition or may apply discretion seeking supporting evidence to determine the bidder’s suitability to proceed in the competition.
Q.4B4 — Where a bidder’s current ratio is less than 1,15 for the current or prior year the Council may exclude the bidder from the competition or may apply discretion seeking supporting evidence to determine the bidder’s suitability to proceed in the competition.
Q.4B5b — Where a bidder does not confirm that they already have or can commit to obtaining, prior to the commencement of the contract, 5 000 000 GBP of employer’s (compulsory) liability insurance, the Council may exclude the bidder from the competition.
Q.4B5c — Where a bidder does not confirm that they already have or can commit to obtaining, prior to the commencement of the contract
1) Type of insurance — public liability: minimum amount 10 000 000 GBP.
2) Type of insurance — product liability: minimum amount 10 000 000 GBP.
Then the Council may exclude the bidder from the competition.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Q.4C1.2 — Relevant examples: please provide one relevant example of supplies and/or services carried out during the last 3 years as specified (examples from both public and/or private sector customers and clients may be provided). Bidders are required to demonstrate experience of delivering the specified type and volume of goods and service in a similar environment. Bidders are required to provide one case studies in response to this question. The case study should demonstrate experience of delivering the specified type and volume of goods and service in a similar environment (as described in the Contract Notice and appended documents). The case study should also include:
1) The contract value;
2) The contract start and end date;
3) Client details.
The case study contract must have been delivered within the last 5 years and have been ongoing for at least a 1-year period. The bidder must be/have been the main supplier employed to deliver the case study contract and be able to provide evidence of this.
Q.4D1 — Certificates by independent bodies about quality assurance standards:
1) Health and safety: it is a mandatory requirement that tendering organisations with more than 5 employees have in place a health and safety policy which is approved at a senior level within the organisation and is reviewed regularly. Bidders are required to confirm that this condition has been met within their response to this question;
2) Protection of Vunerable Groups (PVG) Disclosure Scotland: the supplier is responsible for ensuring that its customer facing operatives are subject to a valid PVG-Disclosure Scotland check including a check against the adults' barred list and the children's barred list (in advance of the delivery on any service). Bidders are required to hold or commit to obtaining PVG-Disclosure Scotland checks including a check against the adults' barred list and the children's barred list, for customer facing operatives, in advance of the delivery on any service. Bidders should confirm that this condition will be met within their response to this question.
Minimum level(s) of standards required:
Q. 4C1.2 — Where a bidder does not demonstrate experience of delivering the specified type and volume of goods and service in a similar environment the Council may exclude the bidder from the competition.
Q.4D1:
1) Health and safety: where a bidding organisation with more than 5 employees does not have in place a health and safety policy which is approved at a senior level within the organisation and is reviewed regularly, the Council may exclude the bidder from the competition;
2) Protection of Vulnerable Groups (PVG) Disclosure Scotland: where bidders do not hold or commit to obtaining PVG — Disclosure Scotland checks including a check against the adults' barred list and the children's barred list, for customer facing operatives, in advance of the delivery on any service, the Council may exclude the bidder 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: 3
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:
05/07/2019
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
05/07/2019
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Dependant on extensions being undertaken it is envisaged that this opportunity will be re-advertised in between February and May 2021, 2022 or 2023.
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 website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=585412
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The City of Edinburgh Council is committed to maximising social, economic and environmental benefits through the delivery of Council contracts (known as ‘Community Benefits’). As part of this contract the supplier appointed to service each lot of the Framework Agreement will be required to provide a minimum of 1 community benefit from the list of example community benefits in Appendix 1 of the tenderer's submission document appended to this notice.
(SC Ref:585412)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=585412
VI.4) Procedures for review
VI.4.1) Review body
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Telephone: +44 1314693922
Internet address(es)
URL: http://www.edinburgh.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or email to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may:
1) Award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose;
2) Be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the OJEU 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
04/06/2019