Section one: Contracting authority
one.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
Contact
Emma Yule
Emma.Yule@eastdunbarton.gov.uk
Telephone
+44 1415745750
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.eastdunbarton.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
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
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
Traffic Equipment Maintenance & Ancillary Support
Reference number
EDC/2020/3066
two.1.2) Main CPV code
- 50232200 - Traffic-signal maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
East Dunbartonshire Council will require a suitable contractor to provide a comprehensive maintenance service for all related traffic signal equipment within the Council’s boundaries. The contract will cover all on-street equipment including signal heads, poles, push buttons, demand units and all above ground detection and communication equipment. The contract will also include the maintenance of all equipment contained within each traffic signal controller; this includes all related UTC equipment where appropriate.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34970000 - Traffic-monitoring equipment
- 34996100 - Traffic lights
- 34992100 - Illuminated traffic signs
- 45316210 - Installation of traffic monitoring equipment
- 45316212 - Installation of traffic lights
- 45316213 - Installation of traffic guidance equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232200 - Traffic-signal maintenance services
- 63712700 - Traffic control services
- 63712710 - Traffic monitoring services
- 71322500 - Engineering-design services for traffic installations
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
two.2.4) Description of the procurement
East Dunbartonshire Council is seeking a suitably qualified contractor to provide a comprehensive maintenance service for all related traffic signal equipment within the Council’s boundaries. The contract will cover all on-street equipment including signal heads, poles, push buttons, demand units and all above ground detection and communication equipment. The contract will also include the maintenance of all equipment contained within each traffic signal controller; this includes all related UTC equipment where appropriate.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70%
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 Council reserve the right to extend this contract by up to 24 months in any increment at their sole discretion.
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
4A.2 In response to ESPD (Scotland) Question 4A.2 where it is required, within a bidder’s country of establishment, bidders must confirm which authorisations(s) or membership(s) of the relevant organisation(s) are required in order to perform this service(s) to be procured under this proposed contract.
Bidders must hold the following particular authorisation:
1. National Highway Sector Schemes certification (HSSC)
2. Construction Skills Certification Scheme (CSCS)
3. The Construction Industry Training Board (CITB)
4. Compliance with the New Roads and Street Works Act 1991 (NRSWA)
5. Highway Electrical Association Membership (HEA)/ The Association of Signal, Lighting and other highway electrical contractor (ASLEC)
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:
Pass = response is compliant with the minimum requirement stated in the Contract Notice
Fail = response is not compliant with the minimum requirement stated in the Contract Notice
Minimum level(s) of standards possibly required
4B.5.1, 4B.5.2 and 4B.5.3. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Professional Risk Indemnity Insurance - 10,000,000 GBP each and every claim without limit to the number of claims
Employers Liability – 5,000,000 GBP each and every claim without limit to the number of claims
Public Liability – 5,000,000 GBP each and every claim without limit to the number of claims
Unlimited in respect of liability for death / injury.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must answer question 4C.1.2
Minimum level(s) of standards possibly required
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the Contract Notice or the relevant section of the Site Notice. A minimum of two Contracts of a similar scope and nature which have successfully delivered in the last three years.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the ITT
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the 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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
26 July 2021
Local time
12:00pm
Changed to:
Date
28 July 2021
Local time
12:00pm
See the change notice.
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
26 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: 2024 or possibly 2026 if both extension periods are utilised.
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=652247.
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
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:
A community benefit requirement is a contractual requirement imposed by the contracting authority –
a) Relating to –
a. Training and recruitment, or
b. The availability of sub-contracting opportunities
b) Which is otherwise intended to improve the economic, social or environmental wellbeing of the authority’s area in a way additional to the main purpose of the contract in which the requirement is included.
Tenderers are expected to provide contribution towards community benefits, which will be considered as part of your tender submission. Please detail the actions that you will take to deliver community benefits within the quality questionnaire.
Factors to consider as opportunities for community benefits include:
- Generating employment and training opportunities for priority groups
- Vocational training
- Up-skilling existing workforce
- Equality and diversity initiatives
- Sub-contracting opportunities available to SME’s, the third sector and supported businesses and/or in the local area
- Supply-chain developmental activity
- Building capacity in community organisations
- Education support initiatives
- Working with schools, colleges, universities to offer work experience or educational/professional advice
- Community engagement events or providing value to the local community
- Minimising negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions ad impacts on protected species, areas, buildings or sites
(SC Ref:652247)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=652247
six.4) Procedures for review
six.4.1) Review body
Sheriff Clerks Office
Po Box 23, 1 Charlton Place
Glasgow
G5 9DA
Country
United Kingdom