Tender Details
Title

The Supply, Installation, Management and Maintenance of On Street Secure Cycle Parking The Council require a contractor to supply, install, manage and maintain on street secure cycle parking facilities. This includes the following:- Provide and run an online portal to allow members of the public to sign up to an available space or to a waiting list for a particular unit; Manage users ...

Country
Language
English
Organization
Published Date
04.10.2024
Deadline Date
05.11.2024
Overview
The Supply, Installation, Management and Maintenance of On Street Secure Cycle Parking The Council require a contractor to supply, install, manage and maintain on street secure cycle parking facilities. This includes the following:- Provide and run an online portal to allow members of the public to sign up to an available space or to a waiting list for a particular unit; Manage users ... The City of Edinburgh Council The Supply, Installation, Management and Maintenance of On Street Secure Cycle Parking - Opportunity The Supply, Installation, Management and Maintenance of On Street Secure Cycle Parking The City of Edinburgh Council F02: Contract notice Notice reference: 2024/S 000-031831 Published 4 October 2024, 10:32am Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object II. Object three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses The City of Edinburgh Council Waverley Court, 4 East Market Street Edinburgh EH8 8BG Contact Graham Halliday Email graham.halliday@edinburgh.gov.uk Telephone +44 1314693922 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.2) Information about joint procurementI.2) Information about joint procurement The contract is awarded by a central purchasing body one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at www.publiccontractsscotland.gov.uk Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via www.publiccontractsscotland.gov.uk one.4) Type of the contracting authorityI.4) Type of the contracting authority Regional or local authority one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title The Supply, Installation, Management and Maintenance of On Street Secure Cycle Parking Reference number CT1494 two.1.2) Main CPV codeII.1.2) Main CPV code 39173000 - Storage units two.1.3) Type of contractII.1.3) Type of contract Supplies two.1.4) Short descriptionII.1.4) Short description The Council require a contractor to supply, install, manage and maintain on street secure cycle parking facilities. This includes the following:- Provide and run an online portal to allow members of the public to sign up to an available space or to a waiting list for a particular unit; Manage users deposits; Manage users keys including replacing and redistributing keys when new users take over spaces; Take payments from users either monthly or annually; Service of all existing and any new units twice per year; On call maintenance to fix any material issues within 3 days; On call to deal with issues of Graffiti in line with the Councils policies on graffiti removal. Supply and install new units two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £500,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: No two.2) DescriptionII.2) Description two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 63121100 - Storage services 39173000 - Storage units 34913510 - Bicycle locks 44421700 - Boxes and lockers 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM75 - Edinburgh, City of Main site or place of performance City of Edinburgh Council two.2.4) Description of the procurementII.2.4) Description of the procurement The Council invites bids for the supply, installation, management and maintenance of on street secure cycle parking including the following:- Provide and run an online portal to allow members of the public to sign up to an available space or to a waiting list for a particular unit; Manage users deposits; Manage users keys including replacing and redistributing keys when new users take over spaces; Take payments from users either monthly or annually; Service of all existing and any new units twice per year; On call maintenance to fix any material issues within 3 days; On call to deal with issues of Graffiti in line with the Councils policies on graffiti removal. Supply and install new units two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Full details in tender documentation / Weighting: 60 Price - Weighting: 40 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £500,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 12 months two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.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 informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.2) Economic and financial standingIII.1.2) Economic and financial standing List and brief description of selection criteria Part III: Section A, B, C & D - 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 [for above threshold)/8 and 9 of the Procurement (Scotland)Regulations 2016 (below threshold). Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of 167,000 GBP 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. Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: Current ratio for Current Year: 1.1 Current ratio for Prior Year: 1.1 The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.1. 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. Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - 5m GBP b. Public Liability Insurance - 10m GBP c. Product Liability Insurance - 5m GBP. three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability List and brief description of selection criteria Please see additional information Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 5 November 2024 Local time 12:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.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 tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 3 (from the date stated for receipt of tender) four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 5 November 2024 Local time 12:00pm Place Edinburgh Information about authorised persons and opening procedure Council officers Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published: September 2030 six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.3) Additional information Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - 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 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 contract, and/or any subsequent call off contract (including any agency or sub-contractor staff) directly involved in the delivery of the 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 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=779627. 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. 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: Full details are included in the tender documentation (SC Ref:779627) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=779627 six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Sheriff Court Sheriff Court House, 27 Chambers Street Edinburgh EH1 1LB Country United Kingdom six.4.3) Review procedureVI.4.3) Review procedure Precise information on deadline(s) for review procedures A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS 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. Back to top 1728236790 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action The Supply, Installation, Management and Maintenance of On Street Secure Cycle ParkingThe City of Edinburgh Council  The Council require a contractor to supply, install, manage and maintain on street secure cycle parking facilities. This includes the following:- Provide and run an online portal to allow members of the public to sign up to an available space or to a waiting list for a particular unit; Manage users ...  Notice typeF02: Contract noticeClosing5 November 2024, 12:00pmContract locationUKM75 - Edinburgh, City ofTotal value £500,000 Publication date4 October 2024, 10:32am
NAICS
Business All Other Professional Jewelry Navigational Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Religious Motorcycle Justice Other Professional Cookie Highway Turned Product and Screw Other Justice Regulation Highway Direct Insurance (except Life Direct Life Jewelry Measuring Courts Navigational Courts Highway Fastener Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Agencies Professional Metal Can Funds
CPVS
Tools Hinges System, storage and content management software package Environmental management Parts of locks Mains Fasteners Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Locks, keys and hinges Carbon Frames Thresholds Safety cases Other community, social and personal services Hinges, mountings and fittings Supports Lockers System, storage and content management software development services Locks Parts of chain Chain Watches Boxes Vats Other services Posts Keys Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Springs Tool parts Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Bicycles Post House Chains Nuts Springs Awards Watches Environmental management Storage General goods storage Lockers Liability insurance Single room Case making services Boxes Financial Instruments, Products, Contracts and Agreements Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Environmental Work Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Petroleum Products Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert