Section one: Contracting authority
one.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
procurement@eastdunbarton.gov.uk
Telephone
+44 1415745750
Fax
+44 1415745529
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.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
Scaffolding
Reference number
EDC/2021/3349
two.1.2) Main CPV code
- 71500000 - Construction-related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is seeking tenders for the provision, erection and dismantling of scaffolding to support the Councils internal works such as roof replacements or repairs.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Provision of Scaffolding Area 2
Lot No
2
two.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 44212317 - Scaffolding structures
- 45262100 - Scaffolding work
- 45262120 - Scaffolding erection work
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
Various within the boundaries of East Dunbartonshire Council
two.2.4) Description of the procurement
The Council is seeking tenders for the provision, erection and dismantling of scaffolding to support the Councils internal works such as roof replacements or repairs - Lot 1 covers the following areas:
Milngavie
Bearsden
Bishopbriggs
Torrance
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 contract has an option to extend for a further 2 years in any increment at the sole discretion of the Council
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract is based on a schedule of rates and the winner of the lot will be given the first opportunity of all works in these areas. If the supplier is unable to carry out the work due to capacity or any other reason the supplier from Lot 1 will be given the first opportunity to carry out the additional work and vice versa
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Provision of Scaffolding Area 1
Lot No
1
two.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 45262100 - Scaffolding work
- 45262120 - Scaffolding erection work
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
Various Site in EDC
two.2.4) Description of the procurement
The Council is seeking tenders for the provision, erection and dismantling of scaffolding to support the Councils internal works such as roof replacements or repairs - Lot 1 covers the following areas:
Kirkintilloch
Lennoxtown
Milton of Campsie
Lenzie
Twechar
two.2.5) Award criteria
Quality criterion - Name: Qaulity / 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
Option to extend for a further 2 years in any increment at the sole discretion of the Council
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract is based on a schedule of rates and the winner of the lot will be given the first opportunity of all works in these areas. If the supplier is unable to carry out the work due to capacity or any other reason the supplier from Lot 2 will be given the first opportunity to carry out the additional work and vice versa therefore allowing additional purchases for areas not covered
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established i.e. companies house
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must respond to SPD Questions 4B.1.2, 4B.1.3, 4B3, 4B.5.1, 4B.5.2, 4B.5.3
Minimum level(s) of standards possibly required
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 section III.1.2) Economic and financial standing
Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.
Minimum level(s) of standards required:
4B.1.2 Bidders will be required to have an average yearly turnover of 150,000 GBP over the past 3 years.
4B.3 In the case that turnover information is not available for the given period please state the date on which the bidder was set up or started trading.
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:
Employers Liability – 10,000,000 GBP each and every claim and in the annual aggregate
Public/Product Liability – 5,000,000 GBP each and every claim and in the annual aggregate
Unlimited in respect of liability for death / injury.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must respond to SPD Questions 4C.1.2
Minimum level(s) of standards possibly required
4C.1.2 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 - this is a straight PASS or FAIL question
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 052-124954
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
12 January 2022
Local time
12:00pm
Changed to:
Date
26 January 2022
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
12 January 2022
Local time
2:00pm
Place
Southbank Marina
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: July 2024 or July 2026 if extension option used
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=673257.
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.
(SC Ref:673257)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=673257
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