Contract

Traffic Management Framework Agreement

  • The City of Edinburgh Council

F03: Contract award notice

Notice identifier: 2023/S 000-033087

Procurement identifier (OCID): ocds-h6vhtk-03dd96

Published 8 November 2023, 3:11pm



Section one: Contracting authority

one.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Contact

Kyro Grieve

Email

kyro.grieve@edinburgh.gov.uk

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Traffic Management Framework Agreement

Reference number

CT2962

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

The City of Edinburgh Council seeks to establish a multi supplier Framework Agreement for a period of 2 years with the option to extend by up to a further 2 years.

The Framework Agreement shall feature up to 2 suppliers for the provision of vehicles, labour and equipment to erect, maintain and remove temporary traffic management measures at various locations throughout the City of Edinburgh and neighbouring Councils listed within the Contract Notice.

The scope of works will also include design services, signing, coning and the erection of mills type, rapidguard and rhino barriers for events.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £750,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 34923000 - Road traffic-control equipment
  • 34992100 - Illuminated traffic signs
  • 63712700 - Traffic control services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

The Framework Agreement shall feature up to 2 suppliers for the provision of vehicles, labour and equipment to erect, maintain and remove temporary traffic management measures at various locations throughout the City of Edinburgh and neighbouring Councils listed within the Contract Notice.

The scope of works will also include design services, signing, coning and the erection of mills type, rapidguard and rhino barriers for events.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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 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

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: 2023/S 000-018566


Section five. Award of contract

Contract No

CT2962

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 October 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Contraflow Ltd

1 Wardpark Road, Wardpark South Industrial Estate

Cumbernauld

G67 3EX

Telephone

+44 1236862400

Fax

+44 1236862402

Country

United Kingdom

NUTS code
  • UKM84 - North Lanarkshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Paragon Traffic Management

Brit House, High Street East

Scunthorpe

DN15 6UH

Telephone

+44 7586657870

Country

United Kingdom

NUTS code
  • UKE13 - North and North East Lincolnshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £750,000


Section six. Complementary information

six.3) Additional information

CONTRACT SPECIFIC MANDATORY CRITERIA

Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - It is a mandatory requirement of this Framework 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 IV: Selection criteria - C: Technical and Professional Ability – Living Wage Payment – Question 4C.4

Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract] (including any agency or sub-contractor staff) directly involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract]), at least the real Living Wage.

Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 - 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 the provision of a carbon reduction plan

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.

Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - 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.

(SC Ref:749773)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. . A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service /OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.