Section one: Contracting authority
one.1) Name and addresses
East Lothian Council
John Muir House
Haddington, East Lothian
EH41 3HA
Contact
Procurement
procurement@eastlothian.gov.uk
Telephone
+44 1620827827
Country
United Kingdom
NUTS code
UKM73 - East Lothian and Midlothian
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181
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
Design, Supply, Installation, Operation and Maintenance of a public e-bike scheme in East Lothian
Reference number
ELC-20-2360
two.1.2) Main CPV code
- 63710000 - Support services for land transport
two.1.3) Type of contract
Services
two.1.4) Short description
ELC wish to establish a public eBike scheme via a network of eBike hire stations across the county and are therefore seeking to procure a contract for the design, supply, installation, operation and maintenance of eBikes and associated docking stations. The network will create key links between and within towns as well as increase awareness of ebikes as a practical utility transport option.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34422000 - Cycles with auxiliary motors
- 60112000 - Public road transport services
- 34430000 - Bicycles
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
Main site or place of performance
East Lothian
two.2.4) Description of the procurement
East Lothian Council wishes to establish a public network of eBike hire stations across the county and are seeking to procure a contract for the design, supply, installation, operation and maintenance of hire eBikes and associated docking stations, plus the management of the user experience, branding & promotion, membership of the scheme. The network will create links between and within towns as well as increase awareness of ebikes as a practical utility transport option.
two.2.5) Award criteria
Quality criterion - Name: Design / Weighting: 15
Quality criterion - Name: Installation / Weighting: 4
Quality criterion - Name: Operation & Maintenance / Weighting: 15
Quality criterion - Name: User Experience / Weighting: 20
Quality criterion - Name: Sustainability / Weighting: 4
Quality criterion - Name: Branding & Promotion / Weighting: 4
Quality criterion - Name: Membership Data & MaaS Integration / Weighting: 4
Quality criterion - Name: Reporting and Integration / Weighting: 4
Quality criterion - Name: Delivery Timescales / Weighting: 15
Price - Weighting: 15
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There may be the option for extension of the contract beyond the initial period.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
It is a requirement that tenderers financial standing will pass the
requirements of the East Lothian Council financial health evaluation
(Appendix 2 Financial Health Evaluation Flowchart).
The tenderer must hold or commit to obtain, prior to the commencement
of the Contract the following types and levels of insurance:
- Employers (Compulsory) Liability insurance GBP 10m each and every
claim (unless exempt).
- Public Liability Insurance GBP 5m each and every claim.
- Professional Indemnity Insurance GBP 5m each and every claim.
Minimum level(s) of standards required:
The financial information will be evaluated using the East Lothian Council
financial health evaluation flowchart.
The financial information provided will require to meet the following
criteria.
(i) The ratio of total assets to total liabilities (net assets) should be positive
in 2 out of 3 years.
(ii) The accounts should not show a loss in 2 consecutive years.
(iii) The accounts should not show a loss in 1 year and negative net current
assets in any 1 year.
Where the information provided does not meet item (i) but there is an
improving trend East Lothian Council may consider items (ii) and (iii) and
will have discretion, with regard to the evidence provided and taking into
account the level of risk to East Lothian Council, as to whether a bidder
will pass this requirement.
The tenderer will require to submit evidence in the form of their audited
accounts or equivalent (as detailed in the tender documents) for the mot
recent 2 years (2 sets of signed, audited accounts), along with details of
any significant changes since the last year end.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders should provide a minimum of two relevant examples from the last 5 years that demonstrate experience and ability to deliver a service similar in scale and scope to the requirements of this contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 190-460091
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2021
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
24 February 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
QUALITY:
The bidder must hold a UKAS (or equivalent) accredited independent third
party certificate of compliance in accordance with BS EN ISO 9001 (or
equivalent),
OR
The bidder be able to provide copies of equivalent documented policies and
procedures as set out in the SPD.
HEALTH AND SAFETY:
The bidder must hold a UKAS (or equivalent), accredited independent third
party certificate of compliance in accordance with BS OHSAS 18001 (or
equivalent) or have, within the last 12 months, successfully met the assessment
requirements of a construction-related scheme in registered membership of
the Safety Schemes in Procurement (SSIP) forum.
OR,
The bidder be able to provide copies of equivalent documented policies and procedures as set out in the SPD.
ENVIRONMENTAL MANAGEMENT:
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR,
The bidder is able to provide copies of equivalent documented policies and procedures as set out in the SPD.
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=640876.
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:
As part of the Council's wider duties towards its citizens, the Council wishes to engage with suppliers, providers and contractors to deliver benefits to our young people, through work experience opportunities, training opportunities or links with schools, but also to provide assistance with community projects, as well as engaging in supply chain initiatives.
For successful tenderers there will be an obligation for the delivery of Community Benefits once the aggregated spend with East Lothian Council contracts has reached 50K GBP in any financial year.
This will be delivered through East Lothian Works who will be in contact with the successful tenderer.
(SC Ref:640876)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=640876
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom