Tender

Emergency Electricity Generator Provision & Associated Services

  • The City of Edinburgh Council

F02: Contract notice

Notice identifier: 2024/S 000-005904

Procurement identifier (OCID): ocds-h6vhtk-043c5e

Published 23 February 2024, 9:40am



Section one: Contracting authority

one.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Contact

Claudine Persaud

Email

claudine.persaud@edinburgh.gov.uk

Telephone

+44 1314693727

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://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

Emergency Electricity Generator Provision & Associated Services

Reference number

CT2918

two.1.2) Main CPV code

  • 51111200 - Installation services of generators

two.1.3) Type of contract

Services

two.1.4) Short description

Framework Agreement for the provision of Emergency Electricity Generator Provision & Associated Services.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 51111200 - Installation services of generators
  • 31682510 - Emergency power systems

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh.

two.2.4) Description of the procurement

Via an "Open Tender" procurement procedure, the Council wish to procure a single Contractor Framework Agreement for Emergency Electricity Generator Provision & Associated Services. In compliance with all relevant regulatory and legislative requirements, the appointed Contractor will be required to:

- supply & deliver an emergency electricity generator & related equipment in the event of an electrical power failure at any of the nine specified core sites (all of which are residential care homes operated by the Council)

- provide a site specific Contingency Plan for each of the core sites, which lays out a comprehensive action plan for use in the event of a power failure

- provide a fully managed service including technical support and a Customer Service Help Desk function to handle all enquiries and emergencies

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

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

Yes

Description of renewals

The contract will be for a 2 year period with two optional 12-month extensions, undertaken at the sole discretion of the Council.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

During the Framework period the Council may on occasion:

- utilise the Framework for scheduled power outages e.g. site maintenance

- introduce additional core sites or remove core sites, as agreed with the Contractor

- invite the Contractor to quote for service provision at other Council sites, for example, if an emergency requirement arises in a suitably adapted property such as a school

two.2.13) Information about European Union Funds

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


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

SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers must provide their “general” annual turnover for the last two financial years in response to this question.

SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5b & c - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the specified types and levels of insurance.

SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.6 - Tenderers must provide the following information:

- Current ratio for Current Year

- Current ratio for Prior Year

The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities.

Minimum level(s) of standards possibly required

SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of GBP 225,000 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 Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5b & c - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract:

- Employers (Compulsory) Liability Insurance – no less than GBP 5,000,000 indemnity limit each and every claim;

- Public/Products Liability Insurance – no less than GBP 10,000,000 for any one occurrence; and

- Plant, Equipment & Motor Vehicle Insurance on a fully comprehensive basis with an appropriate limit of indemnity as deemed by the Supplier.

Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Tenderer from the competition.

SPD Part IV: Selection criteria - B: Economic and financial standing – 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.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.1.2 - Expertise, capability and capacity - Tenderers are required to demonstrate that they have the expertise, capability and capacity required to deliver the specified requirement, i.e. a fully managed service including the provision of Site Specific Contingency Plans, a Customer Service Help Desk and the supply delivery and operation of a generator and all related plant, equipment and fuel etc. as required to restore an electricity supply to the site in the event of a power failure.

SPD Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.2 - Compliance with regulatory requirements - Tenderers are required to demonstrate that they operate in compliance with the specified requirements.

Tenderer’s vehicle, generator, plant and equipment:

1. is fully tested and certified to all relevant standards including, but not limited to, LOLER / PUWER; Supply of Machinery (Safety) Regulations; Road Traffic Acts; Road Vehicle Lighting Regulations; Health & Safety at Work Act etc.

2. is Stage V (Regulation 2016/1628) compliant, or suitable equivalent

3. use fuel with low pollution emissions and operate as quietly as possible, ensuring compliance with the Environmental Protection Act 1990 and the Control of Pollution Act 1974

Tenderers operate in compliance with:

4. BS 7671: 2018 Requirements for Electrical Installations (The IEE Wiring Regulations 18th Edition)

5. The Building (Scotland) Regulations 2003

6. The Electricity at Work Regulations 1989

7. The Electricity Safety, Quality and Continuity Regulations 2002

8. HSE - Provision and Use of Work Equipment Regulations 1998

9. HSE - Control of Substances Hazardous to Health 2002

10. 2017 No. 322 ENVIRONMENTAL PROTECTION, The Pollution Prevention and Control (Designation of Medium Combustion Plant Directive) (Scotland) Order 2017

SPD Part IV: Selection criteria - C: Technical and Professional Ability – 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 Part IV: Selection criteria - C: Technical and Professional Ability – 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 Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.7 - 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).

Minimum level(s) of standards possibly required

SPD Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.1.2 - Expertise, capability and capacity - To demonstrate compliance Tenderers must provide (by way of attachment) two examples of the delivery of similar contracts. Each example must include:

- customer & contract name

- contract start/end date

- a description of the contract including your role and the services provided (highlighting any sub-contracting utilised)

- details of the Plant, Equipment & Vehicles and human resources supplied by your Organisation to deliver the contract

Where a Tenderer does not demonstrate compliance to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

SPD Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.2 - Compliance with regulatory requirements - To demonstrate compliance Tenderers must provide a statement which demonstrates compliance with each of the ten points outlined above, as well as providing details of any additional regulatory accreditations that their Organisation has in place (specifically related to the specified service). Where a Tenderer does not demonstrate compliance to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

SPD Part IV: Selection criteria - C: Technical and Professional Ability – 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 Part IV: Selection criteria - C: Technical and Professional Ability – 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 Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.7 - Response to climate change emergency - Tenderers must complete the Climate Change Plan Template, to supply information about their organisation’s carbon emissions sources and the steps that their organisation plans to take to reduce your carbon emissions, including any ongoing or completed plans. Where a Tenderer fails to demonstrate that it's 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.


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 a single operator

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

28 March 2024

Local time

12:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

28 March 2024

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: It is envisaged that further notices relating to any re-tender will be placed during the final quarter of 2025 or, if the extension options are undertaken, the final quarter of 2026 or 2027.

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

As detailed within section 10 of the ITT document (Site Walk Round), Tenderer’s are invited to attend a one-off, group, site walk round of each core site, for the purposes of informing tender submissions, which will take place on the 11 and 12 of March 2024. Please ensure you follow instructions contained within the ITT if you wish to attend.

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=758272.

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

(SC Ref:758272)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=758272

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

six.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.