Tender

Tourism Signage Forth Bridges Area

  • Fife Council

F02: Contract notice

Notice identifier: 2022/S 000-000511

Procurement identifier (OCID): ocds-h6vhtk-030897

Published 7 January 2022, 2:55pm



Section one: Contracting authority

one.1) Name and addresses

Fife Council

Fife House, North Street

Glenrothes

KY7 5LT

Email

dawn.watson@fife.gov.uk

Telephone

+44 3451550000

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tourism Signage Forth Bridges Area

Reference number

CM0015

two.1.2) Main CPV code

  • 63514000 - Tourist guide services

two.1.3) Type of contract

Services

two.1.4) Short description

Tourism Signage Forth Bridges Area

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31523200 - Permanent message signs

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fife

two.2.4) Description of the procurement

Tourism Signage Forth Bridges Area

two.2.5) Award criteria

Quality criterion - Name: Methodology Statement / Weighting: 80

Quality criterion - Name: Procedure for meeting contract Requirements / Weighting: 70

Quality criterion - Name: Communication with Council / Weighting: 15

Quality criterion - Name: COVID-19 / Weighting: 15

Quality criterion - Name: Risks Associated with Contract / Weighting: 10

Quality criterion - Name: Community Benefits / Weighting: 10

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Evaluation Criteria

Price 60%

Quality 40%

Methodology Statement 80% with sub criteria weighted as follows

Procedure for meeting contract requirements 70%

Communication with Council 15%

Covid- 19 15%

Risk Associated with Contract 10%

Community Benefits 10%


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

List and brief description of selection criteria:

List and brief description of selection criteria:

4B.4 and 4B.4.1 Ratio

4B.5.1a - 4B.5.3 Insurance

Minimum level(s) of standards possibly required

We can exclude you from this procurement if, in our opinion, you cannot finance the agreement we intend to award such that there are unreasonable risks, which are more likely than not to occur with a result that is likely to have a significant adverse impact on:

Achieving Fife Council requirements

Quality and sustainability of service

Future health of your organisation

Future health of sub-contractors

A Liquidity Ratio will be applied - Current Assets will be divided by Current Liabilities. Tenderers are to provide their

current assets and Current liabilities in relation to their published accounts for the last two years. Tenderers are expected to achieve a

ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why and the Council

may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer. Organisations must also have or commit to have the relevant levels of insurance cover before the framework starts or we will exclude you from this procurement.

GBP 10m Employers Liability

GBP 250,000 Professional Negligence

GBP 5m Public Liability

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.7 Environmental Management

4D.1 4D.1.2 Quality Assurance

Minimum level(s) of standards possibly required

4C.7 Environmental Management You shall be excluded from this procurement if you don’t hold a SEPA waste carriers licence (Or equivalent)

Quality Assurance Organisations must confirm they have in place documented, monitoring and reviewing arrangements (on an ongoing basis) for

Quality Assurance ISO 9001 (or equivalent)

Environmental ISO 14001 (or equivalent)


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 February 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

14 February 2022

Local time

12:00pm

Place

Fife


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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=678902.

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 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:

(SC Ref:678902)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=678902

six.4) Procedures for review

six.4.1) Review body

Kirkcaldy Sheriff Court

Kirkcaldy

Country

United Kingdom