Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
Abbotsford House, David's Loan
Falkirk
FK2 7YZ
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
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.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, Installation and Repair of Bus Shelters
Reference number
PS/042/22
two.1.2) Main CPV code
- 44212321 - Bus shelters
two.1.3) Type of contract
Supplies
two.1.4) Short description
Lot 1 - Supply, installation, removal and re-siting of various types of bus shelters throughout the Falkirk area.
Lot 2 - Repairs of bus shelters throughout the Falkirk area.
two.1.5) Estimated total value
Value excluding VAT: £492,000
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
Supply and Installation of Bus Shelters
Lot No
1
two.2.2) Additional CPV code(s)
- 44112100 - Shelters
- 44212321 - Bus shelters
- 45213315 - Bus-stop shelter construction work
- 45233293 - Installation of street furniture
- 44112110 - Shelter parts
- 34928000 - Road furniture
- 45233290 - Installation of road signs
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 60100000 - Road transport services
- 45223110 - Installation of metal structures
- 50700000 - Repair and maintenance services of building installations
- 51000000 - Installation services (except software)
- 44112000 - Miscellaneous building structures
- 44200000 - Structural products
- 44212320 - Miscellaneous structures
- 45223800 - Assembly and erection of prefabricated structures
- 34900000 - Miscellaneous transport equipment and spare parts
- 45213300 - Buildings associated with transport
- 45213310 - Construction work for buildings relating to road transport
- 60112000 - Public road transport services
- 63712000 - Support services for road transport
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
two.2.4) Description of the procurement
Supply and installatio nof bus shelters in Falkirk area. There will also be removal and re-siting of existing shelters. Anticipated to commence on 3rd October and end on 31st March 2023. Framework with work in year 1 allocated as a result of this submission and by mini competition in years 2 and 3.
two.2.5) Award criteria
Quality criterion - Name: Method Statement and Risk Assessment / Weighting: 15
Quality criterion - Name: Timescales / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 October 2022
End date
31 March 2026
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
Repair of Bus Shelters
Lot No
2
two.2.2) Additional CPV code(s)
- 44112100 - Shelters
- 44212321 - Bus shelters
- 44112110 - Shelter parts
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50800000 - Miscellaneous repair and maintenance services
- 45213315 - Bus-stop shelter construction work
- 45233293 - Installation of street furniture
- 34928000 - Road furniture
- 45233290 - Installation of road signs
- 60100000 - Road transport services
- 45223110 - Installation of metal structures
- 50700000 - Repair and maintenance services of building installations
- 51000000 - Installation services (except software)
- 44112000 - Miscellaneous building structures
- 45223800 - Assembly and erection of prefabricated structures
- 34900000 - Miscellaneous transport equipment and spare parts
- 45213300 - Buildings associated with transport
- 45213310 - Construction work for buildings relating to road transport
- 60112000 - Public road transport services
- 63712000 - Support services for road transport
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
two.2.4) Description of the procurement
Repair of all types of bus shelters throughout the Falkirk area. This may be shelters supplied and installed by different providers. In addition there may be repair of cycle shelters.
two.2.5) Award criteria
Quality criterion - Name: Method Statement & Risk Assessment / Weighting: 15
Quality criterion - Name: Timescales / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £42,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 October 2022
End date
31 March 2026
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
It is a requirement of this tender that if the Bidder is UK based they must hold a valid registration with Companies House. Where the
Bidder is UK based but not Registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading
from the address provided in the tender and under the Company name given.
Waste Carrier License is also a requirement of this tender.
three.1.2) Economic and financial standing
List and brief description of selection criteria
A Credit safe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the
resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is
provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract.
Minimum level(s) of standards possibly required
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer’s (Compulsory) Liability Insurance = 10 Million GBP
Public Liability Insurance = 10 Million GBP
Product Liability Insurance = 10 Million GBP
Motor Insurance = 5 Million GBP
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Envisaged maximum number of participants to the framework agreement: 6
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: 2022/S 022-190409
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 August 2022
Local time
11:00am
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 August 2022
Local time
11:00am
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
1.Bidders will be required to provide 2 examples from the past 3 years that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
2. Bidders will be required to detail any supply chain used including confirmation that there are systems in place to pay sub contractors timeously as stated in the SPD standardised statements. (Please note as per SPPN 2/2022)
3. Bidders will be required to provide descriptions and / or photographs to demonstrate materials / goods being provided
4. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
5. 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 provide additional supportive information as detailed within PS 042 22 Appendix D SPD (Scotland) Standardised Statements".
6. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within PS 042 22 Appendix D SPD SPD (Scotland) Standardised Statements".
7. 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 provide additional supportive information as detailed within PS 042 22 Appendix D SPD SPD (Scotland) Standardised Statements
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19813. 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:
Contractor successful for Lot 1 will supply goods / services / expertise to the value of 1500GBP for each year that they are asked to provide the tender requirement.
(SC Ref:698661)
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace
Sheriff Court House Main Street Camelon
Falkirk
FK1 4AR
Country
United Kingdom