Notice Information
Notice Title
Air Quality Monitoring Products & Services
Notice Description
The council invites tender bids for the supply of products and services to ensure the running of Glasgow's air monitoring units. The framework is expected to run for 3 years, commencing November 2018 and ending on November 2021. The council will have an option to extend the contract for a period of up to 12 months which will be exercised by the council serving notice on the Bidder in accordance with the council's Terms and Conditions. Lots The tender has been allocated into 3 separate lots and they are as follows Lot 1 Service & Maintenance of Air Monitoring Instrumentation Lot 2 Service & Maintenance of Air Conditioning Units Lot 3 Supply, Delivery & Installation of Air Monitoring Equipment
Lot Information
Service & Maintenance of Air Conditioning Units
Equipment shall be serviced and maintained in accordance with the manufacturer's recommendations and compliant with current/future regulations All spare parts and consumables used in the network shall be either manufacturer's original parts, manufacturer approved and are of manufacturer's warranty as a minimum The supplier will be required to conduct 1 x planned service visit per annum All repairs will generally be conducted Monday - Friday between the hours of 09:00 - 17:00. Any requests to attend and conduct repairs or maintenance on Saturday or Sunday must be requested and agreed with GCC Supplier must email GCC within 24 hours of any repairs on site to confirm status of repairs and must provide follow up report within 7 days Appointed service provider must hold FGAS certificate; If the appointed supplier is unable to obtain parts for repair of equipment, provision of suitable 'type alternative' equipment may be considered but must be at no additional cost to GCC. This will not be accepted without prior written agreement from GCC It is envisaged that any new air conditioning units purchased during the life of the framework agreement, will be absorbed in to the Council's existing service and maintenance agreement.. Economic operators may be excluded from this competition if they are in nay of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: Contract Renewal will be due 2023
Supply, Delivery & Installation of Air Quality Monitoring EquipmentGlasgow City Council, with assistance from the Scottish Governments LAQM funding support, operates a network of automatic air quality monitoring stations. Monitoring data from Glasgow's air quality stations is used in the assessment of air quality across the city; the monitoring stations are operated in accordance with guidance provided by the Department for Environment, Food and Rural Affairs (DEFRA). Pollutants presently monitored include Oxides of Nitrogen (NOX), Ozone (O3) and Particulates at PM10 and PM2.5. Whilst not currently monitored, the pollutants Sulphur Dioxide (SO2) and Carbon Monoxide (CO) have also been monitored in recent times. Tenders bids are invited from companies with the relevant technical expertise, resources and access to suitably certified instruments for the supply, delivery and installation of air quality monitoring instruments. Specification Glasgow's air quality stations are operated in accordance with guidance provided by the Department for Environment, Food and Rural Affairs (DEFRA). The current technical guidance document, LAQM Technical Guidance 2016 (TG16) stipulates that only instrumentation with MCERTS (Environment Agencies Monitoring Certification Scheme) approval for Continuous ambient Air Monitoring Systems (CAMS) can be used in these stations when monitoring for compliance with the relevant Air Quality Objectives. Equipment presently in use and which may be supplemented/replaced as required includes: Chemiluminescent NO/NO2/NOx Analyser (reference method). U.V. Photometric Ozone Analyser (reference method) Particulates at PM10 by Filter Dynamic Measurement System Tapered Element Oscillating Microbalance (FDMS TEOM), Tapered Element Oscillating Microbalance (TEOM) and FIDAS Particulates at PM2.5 by FIDAS (Optical Light Scattering) Instruments will be rack mounted and must be compatible with existing operation parameters i.e. stations are unmanned with remote access to data and instrument parameters. Calibration Gas analysers are routinely calibrated using external scrubber / zero air certified external gas and certified concentration external gas cylinders; there is therefore no requirement for the provision of internal zero / span assembly. Communications GCC AQ monitoring stations currently use Weblogger (Gen2) as a data logger, communication and control system compatibility with this hardware is a mandatory requirement. Warranty Whilst instruments will be absorbed into the Council's existing routine service and maintenance contract (Lot 1). Responsibility for the identification and repair of faults within the warranty period remains with the service provider. This requirement will extend to the provision of replacement instruments as required. Purchase of Equipment Please note that any instruments required to be purchased via this lot will be done so via mini competition process. All suppliers on this lot will be invited to tender and will be supplied with a fully detailed specification and pricing schedule.. Economic operators may be excluded from this competition if they are in nay of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: Renewal due 2023
Service & Maintenance of Air Monitoring InstrumentationEquipment shall be serviced and maintained in accordance with the manufacturer's recommendations and best practise guidelines compliant with current/future regulations and now LAQM TG(16) The supplier will be required to conduct 2 x planned service visits per annum For any off site repairs on equipment, supplier will be responsible for uplift and delivery once equipment is fixed; Provision of suitable "type alternative" equipment at no additional cost to GCC may be carried out only with prior written agreement from GCC Supplier must email GCC within 24 hours of any repairs on site to confirm status of repairs and must provide follow up report within 7 days. All repairs must be carried out within 7 days of initial notification. Contractors staff must have formal training on all equipment in Glasgow's air quality monitoring network and, where possible, manufacturer's supplied training. The Supplier will be required to provide evidence of this as and when requested by the Council. Appointed supplier will be expected to stock council sites with local site operator consumables in advance of the council conducting site visits Pre stock at beginning of contact for 6-12 months then supply as required/requested by local site operator. All spare parts and consumables used in the network must be either manufacturer's original parts, or manufacturer approved, where they come in contact with the sample gas/particles. The contractor will be required to The contractor must provide "hot spare" monitors in the event that they are not able to repair any monitor in the network in order to maintain data capture within 48 hours of site visit for call outs, service or maintenance. It is envisaged that any new instruments purchased via lot 3, will be absorbed in to the Council's service and maintenance agreement provided via this lot.. Economic operators may be excluded from this competition if they are in nay of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: Contract renewal will be 2023
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000551526
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381552
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90731100 - Air quality management
Notice Value(s)
- Tender Value
- £275,000 £100K-£500K
- Lots Value
- £275,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Feb 20206 years ago
- Submission Deadline
- 24 Mar 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- May 2023
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381552
Air Quality Monitoring Products & Services - The council invites tender bids for the supply of products and services to ensure the running of Glasgow's air monitoring units. The framework is expected to run for 3 years, commencing November 2018 and ending on November 2021. The council will have an option to extend the contract for a period of up to 12 months which will be exercised by the council serving notice on the Bidder in accordance with the council's Terms and Conditions. Lots The tender has been allocated into 3 separate lots and they are as follows Lot 1 Service & Maintenance of Air Monitoring Instrumentation Lot 2 Service & Maintenance of Air Conditioning Units Lot 3 Supply, Delivery & Installation of Air Monitoring Equipment
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000551526-2020-02-21T00:00:00Z",
"date": "2020-02-21T00:00:00Z",
"ocid": "ocds-r6ebe6-0000551526",
"initiationType": "tender",
"parties": [
{
"id": "org-22",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Linda O'Dell",
"email": "linda.o'dell@glasgow.gov.uk",
"telephone": "+44 1412876437",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-36",
"name": "Glasgow Sherrif Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sherrif Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "PO BOX 1, 23 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://www.glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-22"
},
"tender": {
"id": "GCC004313CPU",
"title": "Air Quality Monitoring Products & Services",
"description": "The council invites tender bids for the supply of products and services to ensure the running of Glasgow's air monitoring units. The framework is expected to run for 3 years, commencing November 2018 and ending on November 2021. The council will have an option to extend the contract for a period of up to 12 months which will be exercised by the council serving notice on the Bidder in accordance with the council's Terms and Conditions. Lots The tender has been allocated into 3 separate lots and they are as follows Lot 1 Service & Maintenance of Air Monitoring Instrumentation Lot 2 Service & Maintenance of Air Conditioning Units Lot 3 Supply, Delivery & Installation of Air Monitoring Equipment",
"status": "active",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "90731100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "90731100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "3"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "90731100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 275000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-03-24T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-03-24T12:00:00Z"
},
"documents": [
{
"id": "FEB381552",
"documentType": "contractNotice",
"title": "Air Quality Monitoring Products & Services",
"description": "The council invites tender bids for the supply of products and services to ensure the running of Glasgow's air monitoring units. The framework is expected to run for 3 years, commencing November 2018 and ending on November 2021. The council will have an option to extend the contract for a period of up to 12 months which will be exercised by the council serving notice on the Bidder in accordance with the council's Terms and Conditions. Lots The tender has been allocated into 3 separate lots and they are as follows Lot 1 Service & Maintenance of Air Monitoring Instrumentation Lot 2 Service & Maintenance of Air Conditioning Units Lot 3 Supply, Delivery & Installation of Air Monitoring Equipment",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381552",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Service & Maintenance of Air Conditioning Units",
"description": "Equipment shall be serviced and maintained in accordance with the manufacturer's recommendations and compliant with current/future regulations All spare parts and consumables used in the network shall be either manufacturer's original parts, manufacturer approved and are of manufacturer's warranty as a minimum The supplier will be required to conduct 1 x planned service visit per annum All repairs will generally be conducted Monday - Friday between the hours of 09:00 - 17:00. Any requests to attend and conduct repairs or maintenance on Saturday or Sunday must be requested and agreed with GCC Supplier must email GCC within 24 hours of any repairs on site to confirm status of repairs and must provide follow up report within 7 days Appointed service provider must hold FGAS certificate; If the appointed supplier is unable to obtain parts for repair of equipment, provision of suitable 'type alternative' equipment may be considered but must be at no additional cost to GCC. This will not be accepted without prior written agreement from GCC It is envisaged that any new air conditioning units purchased during the life of the framework agreement, will be absorbed in to the Council's existing service and maintenance agreement.. Economic operators may be excluded from this competition if they are in nay of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "active",
"value": {
"amount": 40000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Contract Renewal will be due 2023"
}
},
{
"id": "3",
"title": "Supply, Delivery & Installation of Air Quality Monitoring Equipment",
"description": "Glasgow City Council, with assistance from the Scottish Governments LAQM funding support, operates a network of automatic air quality monitoring stations. Monitoring data from Glasgow's air quality stations is used in the assessment of air quality across the city; the monitoring stations are operated in accordance with guidance provided by the Department for Environment, Food and Rural Affairs (DEFRA). Pollutants presently monitored include Oxides of Nitrogen (NOX), Ozone (O3) and Particulates at PM10 and PM2.5. Whilst not currently monitored, the pollutants Sulphur Dioxide (SO2) and Carbon Monoxide (CO) have also been monitored in recent times. Tenders bids are invited from companies with the relevant technical expertise, resources and access to suitably certified instruments for the supply, delivery and installation of air quality monitoring instruments. Specification Glasgow's air quality stations are operated in accordance with guidance provided by the Department for Environment, Food and Rural Affairs (DEFRA). The current technical guidance document, LAQM Technical Guidance 2016 (TG16) stipulates that only instrumentation with MCERTS (Environment Agencies Monitoring Certification Scheme) approval for Continuous ambient Air Monitoring Systems (CAMS) can be used in these stations when monitoring for compliance with the relevant Air Quality Objectives. Equipment presently in use and which may be supplemented/replaced as required includes: Chemiluminescent NO/NO2/NOx Analyser (reference method). U.V. Photometric Ozone Analyser (reference method) Particulates at PM10 by Filter Dynamic Measurement System Tapered Element Oscillating Microbalance (FDMS TEOM), Tapered Element Oscillating Microbalance (TEOM) and FIDAS Particulates at PM2.5 by FIDAS (Optical Light Scattering) Instruments will be rack mounted and must be compatible with existing operation parameters i.e. stations are unmanned with remote access to data and instrument parameters. Calibration Gas analysers are routinely calibrated using external scrubber / zero air certified external gas and certified concentration external gas cylinders; there is therefore no requirement for the provision of internal zero / span assembly. Communications GCC AQ monitoring stations currently use Weblogger (Gen2) as a data logger, communication and control system compatibility with this hardware is a mandatory requirement. Warranty Whilst instruments will be absorbed into the Council's existing routine service and maintenance contract (Lot 1). Responsibility for the identification and repair of faults within the warranty period remains with the service provider. This requirement will extend to the provision of replacement instruments as required. Purchase of Equipment Please note that any instruments required to be purchased via this lot will be done so via mini competition process. All suppliers on this lot will be invited to tender and will be supplied with a fully detailed specification and pricing schedule.. Economic operators may be excluded from this competition if they are in nay of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "active",
"value": {
"amount": 55000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Renewal due 2023"
}
},
{
"id": "1",
"title": "Service & Maintenance of Air Monitoring Instrumentation",
"description": "Equipment shall be serviced and maintained in accordance with the manufacturer's recommendations and best practise guidelines compliant with current/future regulations and now LAQM TG(16) The supplier will be required to conduct 2 x planned service visits per annum For any off site repairs on equipment, supplier will be responsible for uplift and delivery once equipment is fixed; Provision of suitable \"type alternative\" equipment at no additional cost to GCC may be carried out only with prior written agreement from GCC Supplier must email GCC within 24 hours of any repairs on site to confirm status of repairs and must provide follow up report within 7 days. All repairs must be carried out within 7 days of initial notification. Contractors staff must have formal training on all equipment in Glasgow's air quality monitoring network and, where possible, manufacturer's supplied training. The Supplier will be required to provide evidence of this as and when requested by the Council. Appointed supplier will be expected to stock council sites with local site operator consumables in advance of the council conducting site visits Pre stock at beginning of contact for 6-12 months then supply as required/requested by local site operator. All spare parts and consumables used in the network must be either manufacturer's original parts, or manufacturer approved, where they come in contact with the sample gas/particles. The contractor will be required to The contractor must provide \"hot spare\" monitors in the event that they are not able to repair any monitor in the network in order to maintain data capture within 48 hours of site visit for call outs, service or maintenance. It is envisaged that any new instruments purchased via lot 3, will be absorbed in to the Council's service and maintenance agreement provided via this lot.. Economic operators may be excluded from this competition if they are in nay of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "active",
"value": {
"amount": 180000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Contract renewal will be 2023"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2020-03-24T12:00:00Z",
"address": {
"streetAddress": "Glasgow"
}
},
"contractTerms": {
"performanceTerms": "Full details of the conditions of contract will be set out within the Invitation to Tender. Key Performance Indicators applicable to the contract will be provided in the Invitation to Tender documentation"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A"
},
{
"type": "economic",
"description": "Trading Performance Ratio An overall positive outcome on Pre-Tax Profits over a 3 year period. (Exceptional items can be excluded from the calculation). The above would be expressed in the ratio Pre-Tax Profit/Turnover. Balance Sheet Strength Net worth of the organisation must be positive. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities. Financial requirements should be calculated on latest filed accounts with Company House. For non-UK companies, ratios should be calculated on information contained in most recent audited accounts. The above financial requirements apply to each individual lot. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading.",
"minimum": "All lots: Glasgow City Council's Insurance Requirements are: Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to the tender that the specified insurance will be obtained"
},
{
"type": "technical",
"description": "Bidders are required to provide information in response to question 4C1.2 which is reflective of the scope of requirements. Bidders are required to provide 2 relevant examples of supplies and/or services carried out in the past five years as specified in the Contract Notice. Please provide two examples of which cover the following areas: Management of contracts of a similar size an value Management of contracts of a similar scope to this framework agreement Bidders are required to provide 2 examples per lot for each lot being applied for. The response should include details of company's experience within this field or that of proposed sub-contractors. Example 1 - 50% Example 2 - 50%",
"minimum": "Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and in the aggregate."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 12
}
},
"classification": {
"id": "90731100",
"scheme": "CPV"
},
"reviewDetails": "Glasgow City Council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"hasRecurrence": true,
"recurrence": {
"description": "May 2023"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates for Quality Control, Health & Safety and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the buyers attachments area within the PCS Tender portal (NB the council does not bind itself to withhold this information).Tenderers Amendments -- This will be dealt with at the next stage at ITT. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal.Non Collusion -- Applicants will be required to complete the Non Collusion certificate contained in the buyers attachments area within the PCS Tender portal.Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.Draft Terms and Conditions will be issued at ITT stage.Additional information pertaining to this contract notice is contained in the Invitation to Tender document situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10270. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Mandatory (Non Evaluated): Bidders are required to review the Community Benefits Menu and indicate the type and volume of Community Benefits outcomes which will be delivered should framework spend reach the relevant spend thresholds (outlined within the Menu). In addition, bidders must provide supporting methodologies outlining how any Community Benefits outcomes offered will be delivered. Responses will not be evaluated as part of the tender process, however any Community Benefits offered and accepted by the council will form part of the contractual terms and the successful supplier(s) will be required to deliver all outcomes offered as framework spend reaches relevant threshold values. Where the contractor has not identified an established supply chain within its tender for this contract and proposes to enter into any sub-contract arrangements, it must advertise all relevant sub-contracting opportunities within Public Contracts Scotland (PCS). Voluntary (Post-award only - no impact on tender process) In addition to any contractual requirements, the council may seek to encourage delivery of Voluntary Community Benefits. Voluntary Community Benefits may be identified or proposed by the successful supplier post-award and throughout the duration of the contract/framework. (SC Ref:551526)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000551526"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}