Opportunity

Supply, Installation, Maintenance & Replacement of Bus Shelters

  • East Lothian Council

F02: Contract notice

Notice reference: 2021/S 000-012240

Published 2 June 2021, 8:55am



Section one: Contracting authority

one.1) Name and addresses

East Lothian Council

John Muir House

Haddington, East Lothian

EH41 3HA

Contact

Procurement

Email

procurement@eastlothian.gov.uk

Telephone

+44 1620827827

Country

United Kingdom

NUTS code

UKM73 - East Lothian and Midlothian

Internet address(es)

Main address

http://www.eastlothian.gov.uk

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

Supply, Installation, Maintenance & Replacement of Bus Shelters

Reference number

ELC-21-2496

two.1.2) Main CPV code

  • 44212321 - Bus shelters

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply, Installation, Maintenance & Replacement of Bus Shelters within East Lothian.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Journey Hub Shelters

Lot No

1

two.2.2) Additional CPV code(s)

  • 44212321 - Bus shelters

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 intends to appoint a supplier/suppliers for the supply, install and maintenance of new bus shelters to support enhanced bus services throughout the county.

two.2.5) Award criteria

Quality criterion - Name: Ethics & Sustainability / Weighting: 10

Quality criterion - Name: Materials & Workmanship / Weighting: 20

Quality criterion - Name: Quality & Longevity / Weighting: 20

Quality criterion - Name: Safety / Weighting: 10

Price - Weighting: 40

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

The contract may be extended by East Lothian council for a further 2 periods of 1 year.

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.

two.2) Description

two.2.1) Title

Maintenance and replacement of existing shelters

Lot No

2

two.2.2) Additional CPV code(s)

  • 44212321 - Bus shelters

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 intends to appoint a supplier/suppliers to efficiently maintain existing bus shelters and replace where necessary on a like-for-like basis throughout the county.

two.2.5) Award criteria

Quality criterion - Name: Ethics & Sustainability / Weighting: 10

Quality criterion - Name: Materials / Weighting: 10

Quality criterion - Name: Efficiency / Weighting: 20

Price - Weighting: 60

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

The contract may be extended by East Lothian Council for 2 further periods of 1 year.

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 Liability Insurance GBP 10m each and every claim.

- Public Liability Insurance GBP 5m each and every claim.

- Contractors All Risk GBP 2m each and every claim.

Minimum level(s) of standards possibly required

The financial information will be evaluated using the East Lothian Council financial health evaluation flowchart (available in the attachments section on PCS). 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 be required to submit evidence in the form of their audited accounts or equivalent (as detailed in the tender documents) for the most 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 will be required to provide examples that demonstrate their experience and ability to deliver contracts, similar in nature to the requirements of this contract relevant as described in part II.2.4 of the Contract Notice. Please provide at least 2 examples of projects carried out during the last 3 years (Appendix 1).


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

Date

9 July 2021

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 July 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 15/4/26

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

QUALITY MANAGEMENT PROCEDURES

1. 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 must have documents policies and procedures for quality management (details in the tender documents).

HEALTH & SAFETY PROCEDURES

2. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BSOHSAS 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 must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief

Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S

management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your

company’s responsibilities of health and safety management and compliance with legislation.(Details in tender document).

ENVIRONMENTAL PROCEDURES

3.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 must have the following (details in tender documents):

a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This

policy must include and describe the bidder’s environmental emergency response procedures, including the preparedness and response

procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example

hazardous substances spill control).

b. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.).

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=653977.

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 Councils wider duties towards its citizens, the Council wishes to engage with suppliers to delivery benefits to our young people, through work experience opportunities, training opportunities or links with schools as well as engaging in supply chain initiatives. The successful supplier will be required to engage with East Lothian Works for the delivery of the relevant community benefits.

(SC Ref:653977)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=653977

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom