Section one: Contracting authority
one.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
Contact
Yahia Reggab
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.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.publictendersscotland.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 OF ELECTRIC PROFILING BEDS & MATTRESSES
Reference number
CFM0075
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
Fife Council requires electric profiling beds and mattresses. For more details see the tender document.
two.1.5) Estimated total value
Value excluding VAT: £203,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Pressure Care Mattresses
Lot No
2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
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
Fife Council is looking for supplier/s who is/are to provide the following:
Methil - 36 Mattresses- delivery by end of October 2022. (mini comp 1)
Cupar - 24 Mattresses- delivery September 2024 (mini comp 2)
Anstruther - 24 Mattresses- delivery July 2025 (mini comp 3)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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) Description
two.2.1) Title
Electric Profiling Beds
Lot No
1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
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
Fife Council is looking for supplier/s who is/are to provide the following:
Methil - 36 beds -delivery by end of October 2022. (mini comp 1)
Cupar - 24 beds -delivery September 2024 (mini comp 2)
Anstruther - 24 Beds -delivery July 2025 (mini comp 3)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
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
4B.4 - The Current Ratio will be applied. Tenderers are to provide their current assets and current liabilities in relation to their audited published accounts for the last two years and to divide the current assets by the current liabilities figure. If the resultant ratio is 1 or greater then no further analysis by Finance is required, however, verification of the figures provided may be necessary prior to award. Where a Tenderer does not meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer. If a company does not have 2 years of audited published accounts an explanation should be given.
Tenderers are required to provide their annual turnover for their last two financial set of accounts.
4B.5.1B & 4B.5.2 The successful Tenderer will be required to provide evidence of appropriate insurance policies prior to commencement of the Framework. The values of the policies must be as follows:
Employer’s Liability - GBP 10 million
Public Liability (including Product Liability where appropriate) – GBP 5 million
Minimum level(s) of standards possibly required
4B.4 - The Current Ratio will be applied. Tenderers are to provide their current assets and current liabilities in relation to their audited published accounts for the last two years and to divide the current assets by the current liabilities figure. If the resultant ratio is 1 or greater then no further analysis by Finance is required, however, verification of the figures provided may be necessary prior to award. Where a Tenderer does not meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer. If a company does not have 2 years of audited published accounts an explanation should be given.
Tenderers are required to provide their annual turnover for their last two financial set of accounts.
4B.5.1B & 4B.5.2 The successful Tenderer will be required to provide evidence of appropriate insurance policies prior to commencement of the Framework. The values of the policies must be as follows:
Employer’s Liability - GBP 10 million
Public Liability (including Product Liability where appropriate) – GBP 5 million
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Standard KPI
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.1.3) 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.1.6) Information about electronic auction
An electronic auction will be used
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
1 July 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
1 July 2022
Local time
12:00pm
Place
Fife
Information about authorised persons and opening procedure
Yahia Reggab, Jade Scott
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21501. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Tenderers are asked to detail any community benefits you may be able to bring to this contract for Fife Council
(SC Ref:695378)
six.4) Procedures for review
six.4.1) Review body
Kirkcaldy Sheriff Court and Justice of Peace Court
Courthouse/Whytescauseway
Kirkcaldy
KY1 1XQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session