West Edinburgh Emergency Snow Clearance (Ангилья - Тендер #43259092) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 43259092 Дата публикации: 30-06-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
The City of Edinburgh Council
4 East Market Street
Edinburgh
EH8 8BG
UK
Contact person: Kyro Grieve
Telephone: +44 1315296432
E-mail: Kyro.grieve@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) CommunicationAccess to the procurement documents is restricted. Further information can be obtained 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
Regional or local authority
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleWest Edinburgh Emergency Snow Clearance
Reference number: CT0936
II.1.2) Main CPV code90620000
II.1.3) Type of contractServices
II.1.4) Short descriptionSnow Clearance in Balerno and Ratho area.
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.3) Place of performanceNUTS code:
UKM75
II.2.4) Description of the procurementContingency for snow clearance during extreme weather in the West of Edinburgh, specifically the South Queensferry, Kirkliston, Balerno and Ratho areas.
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 60
Price / Weighting: 40
II.2.6) Estimated valueValue excluding VAT: 95 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 72
This contract is subject to renewal: Yes
Description of renewals:
It is the intention of the Council that any Contract resulting from this ITT will commence on 2 October 2023 for a period of three years with the option to extend for up to a further 36 months, 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe 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 standingList and brief description of selection criteria:
Tenderers are required to have a minimum “general” annual turnover of 60000GBP 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.
Tenderers will be required provide the following information:
Current ratio for Current Year: 1.1
Current ratio for Prior Year: 1:1
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 1.1. 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.
Minimum level(s) of standards required:
Minimum “general” annual turnover of 60000GBP for the last two financial years.
Current ratio for Current Year: 1.1
Current ratio for Prior Year: 1:1
Vehicle Insurance (minimum of 5 Million GBP)
Employer’s Liability Insurance (minimum of 5 Million GBP)
Public Liability Insurance (minimum of 5 Million GBP)
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 procedureOpen procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with a single operator.
Justification for any framework agreement duration exceeding 4 years: This is a niche requirement and it is unlikely given the remote location of delivery that the market is likely to significantly change. Therefore it is in both of the interests of the Council and bidding organisations to minimise obstacles.
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 participateDate: 03/08/2023
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 03/08/2023
Local time: 14:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationIt 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 at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=736804.
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.
(SC Ref:736804)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=736804
VI.4) Procedures for review VI.4.1) Review bodySheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.4.3) Review procedurePrecise 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 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 notice29/06/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | Kyro.grieve@edinburgh.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 90620000 | Snow-clearing services | Cleaning and sanitation services in urban or rural areas, and related services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |