Section one: Contracting authority
one.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
Telephone
+44 3451550000
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
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