Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Claudine Persaud
claudine.persaud@edinburgh.gov.uk
Telephone
+44 1314693727
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
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
Supply of Taxi/Private Hire Car Licence Plates & Ancillaries
Reference number
CT1192
two.1.2) Main CPV code
- 34928471 - Sign materials
two.1.3) Type of contract
Supplies
two.1.4) Short description
The City of Edinburgh Council's Taxi Examination Centre (TEC) requires to a contract for the supply of blank Taxi/Private Hire Car (PHC) Plates & Ancillaries (i.e. brackets, vehicle stickers & security foils, plate press & jig, plate design software etc.), the specifications for which are stipulated/approved by the Council’s Regulatory Committee. The Council is also seeking to employ a plate disposal methodology (for its own and West Lothian Council’s plates) which is secure, sustainable and offers value for money.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34928470 - Signage
- 44423400 - Signs and related items
- 34928471 - Sign materials
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh and the Lothians.
two.2.4) Description of the procurement
See attached tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract will be let for a period of 2 years + two optional 12 month extensions, undertaken at the sole discretion of the Council.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
During the contract period TEC may require to change the technical specification of an item, retire items, add additional items, for example, as a result of a process change or an update to Licencing Regulations or Council Policy.
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
SPD Question 4B.1 - Tenderers are required to provide their “general” annual turnover for the last two financial years.
SPD Question 4B.4 - Tenderers are required provide their "Current Ratio" for the current Year and the prior Year. The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities.
SPD Question 4B.5 - Tenderers are required demonstrate that they hold, or commit to obtaining prior to the commencement:
a. Employers (Compulsory) Liability Insurance
b. Public Liability Insurance
c. Products Liability Insurance
Minimum level(s) of standards possibly required
SPD Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of GBP 160,000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, 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.
SPD Question 4B.4 - The acceptable range for each years "Current Ratio" is greater than 1.10. Where a Tenderer’s current ratio is less than the acceptable value, 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.
SPD Question 4B.5 - The required levels of insurance are:
a. Employers (Compulsory) Liability Insurance - GBP 5m
b. Public Liability Insurance - GBP 10m
c. Products Liability Insurance - GBP 5m
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Tenderer from the competition.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C1.2 - It is a mandatory requirement that Tenderers have the professional and technical ability required to deliver a contract of this nature.
SPD 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have a Health & Safety Policy in place which is approved at a senior level within the Organisation and is reviewed regularly.
Minimum level(s) of standards possibly required
SPD Question 4C1.2 - In response to this question tenderers are required to demonstrate their Organisation’s successful delivery of one or more similar contracts within the last three years. Where a Tenderer does not demonstrate suitable professional and technical ability to the Council’s satisfaction, the Council will exclude the Tenderer from the competition.
SPD 4D.1 - In response to this question Tenderers are required to confirm that this condition has been met. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.
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
20 January 2023
Local time
12:00pm
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
20 January 2023
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: October 2025
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=710961.
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:710961)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=710961
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.