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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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, Removal, Storage and Maintenance of Festive Lighting Decorations
Reference number
CW0108
two.1.2) Main CPV code
- 50232110 - Commissioning of public lighting installations
two.1.3) Type of contract
Services
two.1.4) Short description
There is also a significant Supplies element to this requirement.
Fife Council is seeking a contractor to supply, install, remove, store and maintain festive lighting decorations for some communities in Fife.
Communities currently likely to use the framework: Inverkeithing, Rosyth, Kirkcaldy, Dunfermline & Dalgety Bay. Communities in Fife may join or withdraw from the framework during it's lifetime.
two.1.5) Estimated total value
Value excluding VAT: £306,552
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31522000 - Christmas tree lights
- 31500000 - Lighting equipment and electric lamps
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 63120000 - Storage and warehousing services
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
Depending on the particular requirements of each Community, Fife Council is seeking a Contractor that shall, be responsible for all aspects the timely supply, installation, testing, maintenance, removal and storage of all the festive lights and decorations in the applicable Fife community including:
- Safe storage of existing lighting decorations and associated equipment where owned by Fife Council;
- The electrical testing of all lighting decorations prior to erection where owned by Fife Council;
- Supply of lighting decorations as required to be leased;
- Timely erection and removal of all lighting decorations (to include pole mounted, transverse decorations, tree light installation and any other styles of decoration required) and supply of appropriate fixings;
- Provision of support to and presence at Festive Lights Switch On events;
- Weekly inspections during the period whereby the decorations are erected;
- Emergency attendance as required for Health and Safety issues & repairs;
- Repair / replacement of any decorations as required / instructed.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £306,732
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
12 months extension
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
4B.4 - The Current Ratio will be applied - Current Assets will be divided by Current Liabilities. Tenderers are to provide their current assets and Current liabilities in relation to their published accounts for the last two years.
4B.5.1 & 2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 million GBP
Public Liability = 5 million GBP
Professional Negligence Insurance = 1 million GBP
Minimum level(s) of standards possibly required
4B.4 - Tenderers are expected to achieve a ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why, and the Council may undertake additional financial checks using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the Tenderer.
4B.5.1 & 2
Employer’s (Compulsory) Liability Insurance = 10 million GBP
Public Liability = 5 million GBP
Professional Negligence Insurance (in place for a period of 2 years after the end of the framework period = 1 million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the service as described in part II.2.4 of the OJEU Contract Notice. Examples should be from the last 3 years, and experience may date back more than 3 years.
4C.6 - Bidders /subcontractors should be members of the Highway Electrical Registration Scheme (HERS) or equivalent.
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4C.11 Bidders must confirm that they will provide descriptions and photographs of the products to be supplied.
4C.12 Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the relevant EN and IP standards. If this cannot be provided, bidders will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation).
4D.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).
4D.2 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.
For detail of acceptable equivalents see the relevant standardised statements v1.9 document on the Scottish Governments Procurement Journey https://www.procurementjourney.scot/sites/default/files/documents_library/Route%203%20-%20ESPD%20%28Scotland%29%20Standardised%20Statements%20v1.9.doc
Minimum level(s) of standards possibly required
4C1.2 - Examples and experience should cover all the aspects of the requirement stated at part II.2.4. If bidders are unable to provide examples covering all aspects stated at part II.2.4 they should provide reasons as to why and demonstrate how they would propose to meet aspects of the requirement they don't have experience of. A score of 2 must be achieved for each example provided otherwise the bidder will be excluded from the process. See VI.3 for scoring key.
4C.6 - Membership of HERS scheme or equivalent.
4C.10 - If more than 50% is to be subcontracted further information / assurances may be required e.g. SPD.
4C.11 - Information will be used as part of the award criteria.
4C.12 - IP44 minimum standard.
4D.1 - Holder of the stated accreditation or equivalent
4D.2 - Holder of the stated accreditation or equivalent
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The tenderer must comply with the Professional Lighting Guide 06: Guidance on the installation and maintenance of seasonal decorations and lighting column attachments
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 a single operator
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
28 August 2023
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
28 August 2023
Local time
12:00pm
Place
Fife
Information about authorised persons and opening procedure
Yahia Reggab
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published:
There may be a continued requirement for seasonal lighting decorations. If so it is anticipated the contract opportunity will be advertised approximately 6 months prior to the end of the framework.
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 24902. 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:
See the tender documents
(SC Ref:741211)
six.4) Procedures for review
six.4.1) Review body
Kirkcaldy Sheriff Court
Courthouse, Whyecauseway
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