Tender Details
Title
CT1318 DPS for Provision of Supported Bus Services The City of Edinburgh Council CT1318 DPS for Provision of Supported Bus Services The City of Edinburgh Council CT1318 DPS for Provision of Supported Bus ServicesThe City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria. Reference no:APR476165 Published by:The City of Edinburgh Council Published to:External Deadline date:21/02/2029 Notice Type:Contract notice OCID:ocds-h6vhtk-04556a Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04556aPublished by:The City of Edinburgh CouncilAuthority ID:AA76329Publication date:27 April 2024Deadline date:21 February 2029Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract The City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesThe City of Edinburgh CouncilWaverley Court, 4 East Market StreetEdinburghEH8 8BGUK Telephone: +44 1315296432 E-mail: ben.fulton@edinburgh.gov.uk NUTS: UKM75Internet address(es) Main address: http://www.edinburgh.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290I.3) CommunicationAccess to the procurement documents is restricted. Further information can be obtained at:www.publictendersscotland.publiccontractsscotland.gov.ukAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:www.publictendersscotland.publiccontractsscotland.gov.ukElectronic 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:www.publictendersscotland.publiccontractsscotland.gov.ukI.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleCT1318 DPS for Provision of Supported Bus Services Reference number: CT1318II.1.2) Main CPV code60112000 II.1.3) Type of contractServicesII.1.4) Short descriptionThe City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria.II.1.5) Estimated total valueValue excluding VAT: 10 000 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)341211006010000060112000II.2.3) Place of performanceNUTS code:UKM75II.2.4) Description of the procurementThe City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions.The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.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:The DPS is in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions.II.2.9) Information about the limits on the number of candidates to be invited Envisaged minimum number: 5II.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Part 4A: Technical and professional abilityMinimum level(s) of standards required:It is a mandatory requirement of this contract that the Contractor and any proposed sub-contractor provide or are members of a comprehensive internet and phone-based travel planning service (e.g. Traveline or a suitable equivalent).The Service Provider shall have and keep in force for the duration of the Contract a Public Service Vehicle Operator’s Licence of the relevant classification as required by Section 12 of the Public Passenger Vehicles Act 1981 or a Community Bus Permit issued under Section 22 of the Transport Act 1985 which permits the operation of the Service and shall produce the licence or permit at any time for inspection by an authorised officer of the Council.All vehicles being used in the performance of this Service shall be licensed, equipped, maintained and insured as required.It is the Service Provider’s responsibility to ensure that all vehicles employed can use the roads utilised for the Service bearing in mind the requirements of weight restrictions, low bridges, Traffic Regulation Orders and any specific restrictions listed in the Schedule of Requirements.Unless the Council stipulates otherwise, vehicles used on the service must be of low-floor, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2023.III.1.2) Economic and financial standingList and brief description of selection criteria:General turnover - as stated in the procurement documents.Financial Liquid Ratio - as stated in the procurement documents.Employers (Compulsory) Liability Insurance - GBP 10mPublic Liability Insurance - GBP 5mMotor Insurance - GBP 5mMinimum level(s) of standards required:Minimum standards are as stated in the procurement documents.The formula for calculating the current ratio is current assets divided by current liabilities. The acceptable range for each ratio is stated in the procurement documents. Where a current ratio is less than the required level, 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.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 - GBP 10mb) Public Liability Insurance - GBP 5mc) Motor Insurance - GBP 5mWhere a Tenderer does not hold, or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.III.1.3) Technical and professional abilityList and brief description of selection criteria:Part 4C: Technical and Professional Ability – Prompt PaymentIt 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 4C: Technical and Professional Ability – Living Wage PaymentTenderers 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 MeasuresBidders 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 “Appendix 2 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 Appendix 2 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.Part 4D: Quality Assurance SchemesIt 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 of this Framework that the Contractor or any proposed sub-contractor will utilise vehicles used on the service must be of low-floor vehicles, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2000 in the operation of any contract procured under this DPS.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.It is a mandatory requirement that Tendering Organisations provide records of vehicle prohibitions issued by Vehicle Operator Service Agency (VOSA) or the Police within the last two years. If no prohibitions have been imposed, Tenderers should state this also. Your response should state all prohibitions and if imposed what measures have been taken to ensure that they do not reoccur. This is a Pass/fail section. Tenders will be excluded if the Council is not satisfied that the measures they have in place meet our safety standards.III.2) Conditions related to the contractIII.2.1) Information about a particular profession Participation is reserved to a particular profession: Yes Reference to the relevant law, regulation or administrative provision:The Service Provider shall have and keep in force, for the duration of any Contract awarded under this DPS, a Public Service Vehicle Operator’s Licence of the relevant classification as required by Section 12 of the Public Passenger Vehicles Act 1981 or a Community Bus Permit issued under Section 22 of the Transport Act 1985 which permits the operation of the Service and shall produce the licence or permit at any time for inspection by an authorised officer of the Council.III.2.2) Contract performance conditionsContract performance conditions will be detailed in minicompetitions enacted under this DPS.III.2.3) Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Restricted procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the setting up of a dynamic purchasing system IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 21/02/2029 Local time: 17:00IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 21/02/2029IV.2.4) Languages in which tenders or requests to participate may be submittedENSection VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published:November 2031VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationPart 4D: Quality Assurance SchemesIt 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 of this Framework that the Contractor or any proposed sub-contractor will utilise vehicles used on the service must be of low-floor vehicles, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2000 in the operation of any contract procured under this DPS.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.It is a mandatory requirement that Tendering Organisations provide records of vehicle prohibitions issued by Vehicle Operator Service Agency (VOSA) or the Police within the last two years. If no prohibitions have been imposed, Tenderers should state this also. Your response should state all prohibitions and if imposed what measures have been taken to ensure that they do not reoccur. This is a Pass/fail section. Tenders will be excluded if the Council is not satisfied that the measures they have in place meet our safety standards.The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 25622. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:The requirement does not lend itself readily to sub-contracting.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 Benefits will be applied to minicompetitions conducted under this DPS as appropriate and will be detailed in the procurement documents.(SC Ref:764496)VI.4) Procedures for reviewVI.4.1) Review bodySheriff CourtSheriff Court House, 27 Chamber StreetEdinburghEH1 1LBUKVI.5) Date of dispatch of this notice26/04/2024 Coding Commodity categories ID Title Parent category 60112000Public road transport servicesRoad transport services34121100Public-service busesBuses and coaches60100000Road transport servicesTransport services (excl. Waste transport) Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:ben.fulton@edinburgh.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
Country
Language
English
Organization
Published Date
26.04.2024
Deadline Date
21.02.2029
Overview
CT1318 DPS for Provision of Supported Bus Services The City of Edinburgh Council CT1318 DPS for Provision of Supported Bus ServicesThe City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria. Reference no:APR476165 Published by:The City of Edinburgh Council Published to:External Deadline date:21/02/2029 Notice Type:Contract notice OCID:ocds-h6vhtk-04556a Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04556aPublished by:The City of Edinburgh CouncilAuthority ID:AA76329Publication date:27 April 2024Deadline date:21 February 2029Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract The City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesThe City of Edinburgh CouncilWaverley Court, 4 East Market StreetEdinburghEH8 8BGUK Telephone: +44 1315296432 E-mail: ben.fulton@edinburgh.gov.uk NUTS: UKM75Internet address(es) Main address: http://www.edinburgh.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290I.3) CommunicationAccess to the procurement documents is restricted. Further information can be obtained at:www.publictendersscotland.publiccontractsscotland.gov.ukAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:www.publictendersscotland.publiccontractsscotland.gov.ukElectronic 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:www.publictendersscotland.publiccontractsscotland.gov.ukI.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleCT1318 DPS for Provision of Supported Bus Services Reference number: CT1318II.1.2) Main CPV code60112000 II.1.3) Type of contractServicesII.1.4) Short descriptionThe City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria.II.1.5) Estimated total valueValue excluding VAT: 10 000 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)341211006010000060112000II.2.3) Place of performanceNUTS code:UKM75II.2.4) Description of the procurementThe City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions.The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.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:The DPS is in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions.II.2.9) Information about the limits on the number of candidates to be invited Envisaged minimum number: 5II.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Part 4A: Technical and professional abilityMinimum level(s) of standards required:It is a mandatory requirement of this contract that the Contractor and any proposed sub-contractor provide or are members of a comprehensive internet and phone-based travel planning service (e.g. Traveline or a suitable equivalent).The Service Provider shall have and keep in force for the duration of the Contract a Public Service Vehicle Operator’s Licence of the relevant classification as required by Section 12 of the Public Passenger Vehicles Act 1981 or a Community Bus Permit issued under Section 22 of the Transport Act 1985 which permits the operation of the Service and shall produce the licence or permit at any time for inspection by an authorised officer of the Council.All vehicles being used in the performance of this Service shall be licensed, equipped, maintained and insured as required.It is the Service Provider’s responsibility to ensure that all vehicles employed can use the roads utilised for the Service bearing in mind the requirements of weight restrictions, low bridges, Traffic Regulation Orders and any specific restrictions listed in the Schedule of Requirements.Unless the Council stipulates otherwise, vehicles used on the service must be of low-floor, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2023.III.1.2) Economic and financial standingList and brief description of selection criteria:General turnover - as stated in the procurement documents.Financial Liquid Ratio - as stated in the procurement documents.Employers (Compulsory) Liability Insurance - GBP 10mPublic Liability Insurance - GBP 5mMotor Insurance - GBP 5mMinimum level(s) of standards required:Minimum standards are as stated in the procurement documents.The formula for calculating the current ratio is current assets divided by current liabilities. The acceptable range for each ratio is stated in the procurement documents. Where a current ratio is less than the required level, 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.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 - GBP 10mb) Public Liability Insurance - GBP 5mc) Motor Insurance - GBP 5mWhere a Tenderer does not hold, or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.III.1.3) Technical and professional abilityList and brief description of selection criteria:Part 4C: Technical and Professional Ability – Prompt PaymentIt 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 4C: Technical and Professional Ability – Living Wage PaymentTenderers 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 MeasuresBidders 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 “Appendix 2 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 Appendix 2 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.Part 4D: Quality Assurance SchemesIt 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 of this Framework that the Contractor or any proposed sub-contractor will utilise vehicles used on the service must be of low-floor vehicles, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2000 in the operation of any contract procured under this DPS.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.It is a mandatory requirement that Tendering Organisations provide records of vehicle prohibitions issued by Vehicle Operator Service Agency (VOSA) or the Police within the last two years. If no prohibitions have been imposed, Tenderers should state this also. Your response should state all prohibitions and if imposed what measures have been taken to ensure that they do not reoccur. This is a Pass/fail section. Tenders will be excluded if the Council is not satisfied that the measures they have in place meet our safety standards.III.2) Conditions related to the contractIII.2.1) Information about a particular profession Participation is reserved to a particular profession: Yes Reference to the relevant law, regulation or administrative provision:The Service Provider shall have and keep in force, for the duration of any Contract awarded under this DPS, a Public Service Vehicle Operator’s Licence of the relevant classification as required by Section 12 of the Public Passenger Vehicles Act 1981 or a Community Bus Permit issued under Section 22 of the Transport Act 1985 which permits the operation of the Service and shall produce the licence or permit at any time for inspection by an authorised officer of the Council.III.2.2) Contract performance conditionsContract performance conditions will be detailed in minicompetitions enacted under this DPS.III.2.3) Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Restricted procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the setting up of a dynamic purchasing system IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 21/02/2029 Local time: 17:00IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 21/02/2029IV.2.4) Languages in which tenders or requests to participate may be submittedENSection VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published:November 2031VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationPart 4D: Quality Assurance SchemesIt 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 of this Framework that the Contractor or any proposed sub-contractor will utilise vehicles used on the service must be of low-floor vehicles, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2000 in the operation of any contract procured under this DPS.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.It is a mandatory requirement that Tendering Organisations provide records of vehicle prohibitions issued by Vehicle Operator Service Agency (VOSA) or the Police within the last two years. If no prohibitions have been imposed, Tenderers should state this also. Your response should state all prohibitions and if imposed what measures have been taken to ensure that they do not reoccur. This is a Pass/fail section. Tenders will be excluded if the Council is not satisfied that the measures they have in place meet our safety standards.The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 25622. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:The requirement does not lend itself readily to sub-contracting.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 Benefits will be applied to minicompetitions conducted under this DPS as appropriate and will be detailed in the procurement documents.(SC Ref:764496)VI.4) Procedures for reviewVI.4.1) Review bodySheriff CourtSheriff Court House, 27 Chamber StreetEdinburghEH1 1LBUKVI.5) Date of dispatch of this notice26/04/2024 Coding Commodity categories ID Title Parent category 60112000Public road transport servicesRoad transport services34121100Public-service busesBuses and coaches60100000Road transport servicesTransport services (excl. Waste transport) Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:ben.fulton@edinburgh.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Business All Other Professional Navigational Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Religious Financial Transactions Processing Justice Other Professional Turned Product and Screw Other Justice Regulation Direct Insurance (except Life Direct Life Measuring Courts Navigational Courts Financial Transactions Processing 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 Funds
CPVS
Tools Profiles Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Carbon Records Safety cases Bridge Other community, social and personal services Permits Supports Foundation work for highways, roads, streets and footpaths Construction work for highways, roads System, storage and content management software development services Parts of chain Chain Motors Vats Parts of other vehicles Other services Bearings Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Tool parts Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Busses Profiles House Chains Nuts Bearings Awards Business cases Environmental management Inspection Liability insurance Case making services
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 Transportation Environmental Work Printing and Publishing Services Travel and Tourism Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables 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