Tender

Supply, Installation and Repair of Bus Shelters

  • Falkirk Council

F02: Contract notice

Notice identifier: 2022/S 000-018025

Procurement identifier (OCID): ocds-h6vhtk-034d10

Published 1 July 2022, 12:44pm



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

Abbotsford House, David's Loan

Falkirk

FK2 7YZ

Email

cpu@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

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