Contingency Winter Maintenance Framework

A Tender Notice
by THE CITY OF EDINBURGH COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
8 year
Value
___
Sector
ENVIRONMENT
Published
13 Jun 2023
Delivery
To 02 Jun 2031 (est.)
Deadline
14 Jul 2023 12:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Contingency resources to assist with Winter Maintenance Operations

Total Quantity or Scope

The City of Edinburgh Council intends to put in place a framework agreement for the provision of contingency resources to assist with Winter Maintenance Operations, which is currently carried out by internal Council services including Roads Operations and Waste & Cleansing. Following the severe weather conditions experienced during the winters of 2008/9 and 2009/10, it was recognised that a contingency framework was required to respond to severe weather events, when internal Council services are operating at capacity.

Renewal Options

It is the intention of the Council that any Contract resulting from this ITT will commence in October 2023 for a period of four years with the option to extend for two further 24 month periods (eight year total length), undertaken at the sole discretion of the Council.

Award Criteria

Quality 40
price 60

CPV Codes

  • 90620000 - Snow-clearing services
  • 45500000 - Hire of construction and civil engineering machinery and equipment with operator
  • 77111000 - Hire of agricultural machinery with operator

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Financial restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Contract Specific Mandatory Criteria - This Section refers to Section C of Part IV of SPD (Scotland) 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: 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: A completed copy of “Schedule E Climate Change Plan” including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions. 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. Tenderers are also asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Tenderers who do not pass these questions will not be subject to Commercial Analysis. As a result the tender will not be considered further. Bidders must complete the Part A Exclusion and Award Criteria section of the Tenderers Submission document to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. 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=733389. 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:733389) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=733389

Reference

Domains