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
www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Framework Agreement for Temporary Traffic Management Services
Reference number
PS/026/22
two.1.2) Main CPV code
- 63712700 - Traffic control services
two.1.3) Type of contract
Services
two.1.4) Short description
Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably experienced contractors for the provision of Temporary Traffic Management Services at various sites within the Falkirk Council area of operations.
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63712700 - Traffic control services
- 34923000 - Road traffic-control equipment
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council Areas of operations
two.2.4) Description of the procurement
Provision of Temporary Traffic Management Services at various sites within the Falkirk Council area of operations. The service is to be delivered in line with the principles set out in the Traffic Signs Manual Chapter 8 (parts 1 & 2), and in accordance with the Safety at Street Works and Road Works – A Code of Practice.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2027
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.2.14) 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.1.1) 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 the bidder must hold a valid registration with Companies House. Where the bidder is 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.
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
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 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
three.2) Conditions related to the contract
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
Envisaged maximum number of participants to the framework agreement: 5
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 December 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
1 December 2022
Local time
11:00am
Place
Falkirk
Information about authorised persons and opening procedure
Tender Opening Committee comprising Procurement Adviser and Governance personnel
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: October 2026
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 confirm whether they intend to subcontract and, if so, for what proportion of the contract.
3. 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 Section D, Document 4 "PS 026 22 SPD (Scotland) Standardised Statements".
4. 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 Section D, Document 4 "PS 026 22 SPD (Scotland) Standardised Statements".
5. 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 Section D, Document 4 "PS 026 22 SPD (Scotland) Standardised Statements".
6. Document 4 "PS 026 22 SPD (Scotland) Standardised Statements" can be located within the PCS-T attachment area.
7. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response in advance of the submission deadline to avoid any last minute issues.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21920. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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 Ranked No.1 within Lot 1 will be required to provide one Modern Apprenticeship (MA), within four months from award of the agreement who is obtained from a source agreed by the Council. The MA placement can be across a range of disciplines to be determined by the successful contractor in consultation with the Employment Training Unit. The contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.
(SC Ref:711184)
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