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
Telephone: +44 1314693922
E-mail: lorna.lennen@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.1) Name and addresses
Midlothian Council
Midlothian House, Buccleuch Street
Dalkeith
EH22 1DN
UK
Telephone: +44 1312707500
E-mail: procurement@midlothian.gov.uk
NUTS: UKM73
Internet address(es)
Main address: http://www.midlothian.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00336
I.1) Name and addresses
West Lothian Council
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
UK
Telephone: +44 1506281814
E-mail: cpu@westlothian.gov.uk
Fax: +44 1506281325
NUTS: UKM78
Internet address(es)
Main address: https://www.westlothian.gov.uk/article/44070/Corporate-Procurement-Unit
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
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.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
UK
Telephone: +44 3451550000
E-mail: enquiry.procurement@fife.gov.uk
NUTS: UKM72
Internet address(es)
Main address: http://www.fife.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
I.1) Name and addresses
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
UK
Telephone: +44 1835824000
E-mail: procurement@scotborders.gov.uk
NUTS: UKM91
Internet address(es)
Main address: http://www.scotborders.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
The Jack Copland Centre,, 52 Research Avenue North, Heriot-Watt Research Park
Edinburgh
EH12 9EB
UK
Telephone: +44 7919392110
E-mail: karen.walls4@nhs.scot
NUTS: UKM
Internet address(es)
Main address: http://www.nss.nhs.scot/browse/procurement-and-logistics
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
East Lothian Council
West Lothian Council
Mid Lothian Council
Fife Council
Scottish Borders Council
NHS Lothian
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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:
https://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
Forestry and Arboricultural Works Framework
Reference number: CT1296
II.1.2) Main CPV code
77000000
II.1.3) Type of contract
Services
II.1.4) Short description
The City of Edinburgh Council and Participating Sector Partners (PSP’s) and their Arm’s Length Organisations, wish to appoint 3 Contractors, however, may take up to a maximum of 6 specialist and experienced suppliers to a Framework Agreement to carry out tree works at a variety of locations over the next four years.
To carry out Forestry and Arboricultural Works as determined by the awarding Councils.
To work alongside the Councils inhouse team
To respond to and complete works requested within specified timescales
II.1.5) Estimated total value
Value excluding VAT:
950 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
77000000
16100000
16600000
71421000
03452000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh, Lothians, Borders.
II.2.4) Description of the procurement
The City of Edinburgh Council and Participating Sector Partners (PSP’s) and their Arm’s Length Organisations, wish to appoint 3 Contractors, however, may take up to a maximum of 6. specialist and experienced suppliers to a Framework Agreement to carry out tree works at a variety of locations over the next four years.
To carry out Forestry and Arboricultural Works as determined by the awarding Councils.
To work alongside the Councils inhouse team
To respond to and complete works requested within specified timescales
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
950 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
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
Breakdown Figures provided are indicative
Edinburgh Council 190,000 GBP per annum East Lothian Council 50,000 GBP per annum, West Lothian Council 60,000 GBP per annum, Midlothian Council 25,000 GBP per annum
Fife Council and Borders Council - a specific budget is not currently identified , NHS Lothian 42,000 GBP Per annum
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:
SPD Question 4B.1 – Tenderers are required to provide their “general” annual turnover for the last two financial years in response to this question.
SPD Question 4B.5 - Tenderers are required to confirm that they hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the specified types and levels of insurance.
SPD Question 4B.6 - Tenderers are required to provide their Current ratio for Current Year and the Prior Year. The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities.
Minimum level(s) of standards required:
SPD Question 4B.1 – Tenderers are required to have a minimum “general” annual turnover of GBP 354000.00 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.
SPD Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the following types and levels of insurance:
Employer’s Liability Insurance:
A minimum cover of 5 million GBP for each claim.
Public Liability Insurance
A minimum cover of 10 million GBP for each claim.
Professional Indemnity Insurance
A minimum cover of 10 million GBP for each claim
Motor Insurance:
motor vehicle insurance on a fully comprehensive basis
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.
SPD Question 4B.6 - The acceptable range for each financial ratio is greater than 1.10. 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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
SPD Question 4C.4(a) - Payment of the real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the Framework Agreement (including any agency or sub-contractor staff), at least the real Living Wage.
SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the Framework Agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties.
SPD Question 4C.7(a) - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency).
SPD Question 4C.7(b) – Compliance with LEZ - Tenderers are required to confirm that they (and any sub-contractor) will comply with the minimum emissions standards for Edinburgh’s Low Emission Zone (and any other such related scheme, including those in Partner Organisation’s locations) when delivering the specified services.
SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management - It is a mandatory requirement that Tendering Organisations with more than 5employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly
Minimum level(s) of standards required:
SPD Question 4C.4(a) - Payment of the real Living Wage - Where a Tenderer does not commit to pay any staff that at least the real Living Wage, the Council may exclude the Tenderer from the competition.
SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.
SPD Question 4C.7(a) - Response to Climate Change Emergency - Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.
SPD Question 4C.7(b) – Compliance with LEZ - Where a Tenderer does not commit to complying with this requirement, the Council may exclude the Tenderer from the competition.
SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management -Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Works must be undertaken in compliance with British standards BS 3998 2010 – Tree Work Recommendations.
The completion of tree works must be undertaken in compliance with Industrial Best Practice and current Health and Safety legislation / Regulations covering all activities of any tree work operation issued as an Arboricultural Works order and supporting actives to perform instructed tree works;
Signing, Lighting & Guarding NRSWA Unit 2, or superseding or equivalent
Level 2 Certificate of Competence in Chainsaw Maintenance and Cross-cutting or equivalent
Level 2 Award in the Safe Use of a Manually Fed Wood-Chipper or equivalent
Level 2 Certificate of Competence in Felling Small Trees up to 380mm or equivalent
Level 3 Certificate of Competence in Felling and Processing Medium Trees over 380mm and up to 760mm or equivalent
Level 3 Certificate of Competence in Felling and Processing Large Trees Over 760mm or equivalent
Level 2 Certificate of Competence in Tree Climbing and Aerial Rescue or equivalent
Level 2 Certificate of Competence in Using a Chainsaw from a Rope and Harness or equivalent
Level 2 Certificate in Arboriculture or equivalent or higher
All squad members must hold a current First Aid certificate.
III.2.2) Contract performance conditions
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.1.3) 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: 6
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:
29/07/2024
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/07/2024
Local time: 12:30
Place:
City of Edinburgh
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
48 months
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
is a mandatory requirement of this Framework Agreement that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttps://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=767683.
The buyer has indicated that it will accept electronic responses to this notice via the Post box facility. A user guide is available athttps://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:
The Service Provider is encouraged to secure positive outcomes that will benefit thecommunity in which they operate. The Service Provider must
assist the Council in the delivery of community benefits. The Council reserves the right to introduce monitoring of the delivery of
community benefits during the Framework Agreement term.
Download the copy of the online SPD document here (to be completed online through post box submission):
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=769835.
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:
Please refer to tender documents
(SC Ref:769835)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=769835
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 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
20/06/2024