Tender

Pressure washer units (East Lothian Council)

  • East Lothian Council

F02: Contract notice

Notice identifier: 2025/S 000-032540

Procurement identifier (OCID): ocds-h6vhtk-054927

Published 16 June 2025, 12:01pm



Section one: Contracting authority

one.1) Name and addresses

East Lothian Council

John Muir House

Haddington, East Lothian

EH41 3HA

Email

procurement@eastlothian.gov.uk

Telephone

+44 1620827827

Country

United Kingdom

NUTS code

UKM73 - East Lothian and Midlothian

Internet address(es)

Main address

http://www.eastlothian.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181

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

Pressure washer units (East Lothian Council)

Reference number

ELC-25-0449

two.1.2) Main CPV code

  • 44532200 - Washers

two.1.3) Type of contract

Supplies

two.1.4) Short description

ELC requires the provision of 4 pressure washer modular units with suitable hose sand lance combination for the purpose of vehicle/plant washing at 2 site locations. These site locations, Macmerry and Kinwegar require 2 wash units per site. The equipment is required to have an evergreen lifecycle, provided with a lifetime guarantee and designed to reduce the carbon footprint of the organisation through its operating model. The solution offered should align with the Circular Economy Act 2024 (Scotland).

two.1.5) Estimated total value

Value excluding VAT: £248,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44532200 - Washers

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian

two.2.4) Description of the procurement

ELC requires the provision of 4 pressure washer modular units with suitable hose sand lance combination for the purpose of vehicle/plant washing at 2 site locations. These site locations, Macmerry and Kinwegar require 2 wash units per site. The equipment is required to have an evergreen lifecycle, provided with a lifetime guarantee and designed to reduce the carbon footprint of the organisation through its operating model. The solution offered should align with the Circular Economy Act 2024 (Scotland).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

5 + 5 (15 years total)

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.1.2) Economic and financial standing

List and brief description of selection criteria

Financial Standing

A copy of your audited accounts or equivalent for the most recent 2 years (2 sets of signed, audited accounts), along with details of any significant changes since the last year end.

Minimum level(s) of standards possibly required

-Employers Liability insurance to the value of at least five million pounds Sterling (GBP5,000,000) in respect of any one event.

-Public Liability insurance to the value of at least five million pounds Sterling (GBP5,000,000) in respect of any one event.

-Product Liability insurance to the value of at least 1 million pounds Sterling (GBP1,000,000) in respect of any one event.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Part 4C: Technical and Professional Ability – Prompt Payment

It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question.

Part 4C: Technical and Professional Ability – Living Wage Payment

Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the Contract, (including any agency or sub-contractor staff) directly involved in the delivery of the Contract, at least the real Living Wage.

Part 4C: Environmental Management Measures

Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:

A completed copy of “Schedule 4- Climate Change Plan” including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions. Please note this document is supplied as an individual document for completion. Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Par 4C.12 Technical specifications

The operating maintenance model needs to optimise the circular economy approach, utilising a system of refurbishing and reusing components to minimise environmental impact and deliver an "evergreen" product.

Part 4D: Quality Assurance Schemes

It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.

It is a mandatory requirement that Tendering Organisations have in place a Business Continuity Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a satisfactory Business Continuity Policy, the Council may exclude the Bidder from the competition or require amendments to the policy to be made.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

East Lothian Council Terms and Conditions


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.2.2) Time limit for receipt of tenders or requests to participate

Date

17 July 2025

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

17 July 2025

Local time

12:00pm


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

This Contract includes an obligation for the delivery of Community Benefits [once the aggregate spend with the Council reaches GBP 50,000 in any financial year. The Community Benefits information included in the Tender documentation outlines the Community Benefits that the Council is seeking as part of this Contract.

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=801772.

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.

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:

This Contract includes an obligation for the delivery of Community Benefits [once the aggregate spend with the Council reaches GBP 50,000 in any financial year. The Community Benefits information included in the Tender documentation outlines the Community Benefits that the Council is seeking as part of this Contract.

(SC Ref:801772)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=801772

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Edinburgh

Country

United Kingdom