Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Susan Lowrie
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
Access to the procurement documents is restricted. Further information can be obtained 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
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
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
School Playground Inspections
Reference number
CT1393
two.1.2) Main CPV code
- 50870000 - Repair and maintenance services of playground equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Inspection of school playgrounds
two.1.5) Estimated total value
Value excluding VAT: £178,600
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50870000 - Repair and maintenance services of playground equipment
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
Inspection of school playgrounds
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
24
This contract is subject to renewal
Yes
Description of renewals
The Council reserves the right to extend the contract for up to 24 months.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Inspectors must be registered with The Register of Play Inspectors International (RPII)
three.1.2) Economic and financial standing
List and brief description of selection criteria
Insurance requirements
Employer’s Liability - 5,000,000 GBP for each and every claim;
Public/Products Liability – a minimum of 10,000,000 GBP for each and every claim and in the aggregate in respect of Products;
Professional Indemnity – a minimum of 2,000,000 GBP for each and every claim or in the aggregate; and
Third party motor vehicle insurance of 5,000,000 GBP for each and every claim in respect of third party property damage and unlimited in respect of injury.
Specific turnover requirements
A minimum “general” turnover of 112,000 GBP for each of the last two financial years
A current ratio of at least 1.10 in each of the last two financial years
Minimum level(s) of standards possibly required
Employer’s Liability - 5,000,000 GBP for each and every claim;
Public/Products Liability – a minimum of 10,000,000 GBP for each and every claim and in the aggregate in respect of Products;
Professional Indemnity – a minimum of 2,000,000 GBP for each and every claim or in the aggregate; and
Third party motor vehicle insurance of 5,000,000 GBP for each and every claim in respect of third party property damage and unlimited in respect of injury.
Specific turnover requirements
A minimum “general” turnover of 112,000 GBP for each of the last two financial years
A current ratio of at least 1.10 in each of the last two financial years
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.4(a) - Payment of the real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the Contract (including any agency or sub-contractor staff), at least the real Living Wage.
SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the Contract, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties.
SPD Question 4C.7(a) - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency).
SPD Question 4C.7(b) – Compliance with LEZ - Tenderers are required to confirm that they (and any sub-contractor) will comply with the minimum emissions standards for Edinburgh’s Low Emission Zone (and any other such related scheme, including those in Partner Organisation’s locations) when delivering the specified services.
SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management - 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.
Inspectors must be registered with The Register of Play Inspectors International (RPII) and have a basic disclosure certificate.
Minimum level(s) of standards possibly required
SPD Question 4C.4(a) - Payment of the real Living Wage - Where a Tenderer does not commit to pay any staff that at least the real Living Wage, the Council may exclude the Tenderer from the competition.
SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.
SPD Question 4C.7(a) - Response to Climate Change Emergency - Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.
SPD Question 4C.7(b) – Compliance with LEZ - Where a Tenderer does not commit to complying with this requirement, the Council may exclude the Tenderer from the competition.
SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management -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.
Inspectors must be registered with The Register of Play Inspectors International (RPII) and have a basic disclosure certificate. Where a bidder does not evidence RPII registration and basic disclosure certificates, the Council may exclude the Bidder from the competition.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Inspectors must be registered with The Register of Play Inspectors International (RPII)
three.2.2) Contract performance conditions
See procurement documents
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.1.8) 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
7 January 2025
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
Tender must be valid until: 7 May 2025
four.2.7) Conditions for opening of tenders
Date
7 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: December 2028
six.2) Information about electronic workflows
Electronic ordering will be used
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=784302.
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:
Community Benefit are at this stage not required as the annual value is expected to be less than 50k, should the contract exceed the 50k value then the Council will seek community benefits.
Community benefits guidance document has been attached as part of the tender pack.
Community benefits will be agreed with the winning bidder and the Council, if benefits are due.
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=784302.
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:
Community Benefit are at this stage not required as the annual value is expected to be less than 50k, should the contract exceed the 50k value then the Council will seek community benefits.
Community benefits guidance document has been attached as part of the tender pack.
Community benefits will be agreed with the winning bidder and the Council, if benefits are due.
(SC Ref:784302)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=784302
six.4) Procedures for review
six.4.1) Review body
Sherrif Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom