Notice Information
Notice Title
Granton Water Monitoring
Notice Description
The City of Edinburgh Council is seeking to appoint a Service Provider to recommence groundwater monitoring at the Granton Plot A site on a quarterly basis.
Lot Information
Lot 1
The City of Edinburgh Council is seeking to appoint a Service Provider to recommence groundwater monitoring at the Granton Plot A site on a quarterly basis. The services required include: - Groundwater monitoring to be carried out on a quarterly basis and the collection of samples from 4 foreshore streams and low flow groundwater sampling from 10 boreholes spread across the site; - Laboratory analysis of all samples; and - Preparation of a report after each monitoring round detailing the results from the monitoring round and comparing the historic trends.
Renewal: The Council wishes to hold the option to extend for up to a further 24 months, undertaken at the sole discretion of the Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000765718
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519399
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90711500 - Environmental monitoring other than for construction
90730000 - Pollution tracking and monitoring and rehabilitation
90733700 - Groundwater pollution monitoring or control services
90740000 - Pollutants tracking and monitoring and rehabilitation services
Notice Value(s)
- Tender Value
- £180,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £108,640 £100K-£500K
Notice Dates
- Publication Date
- 2 Dec 20241 years ago
- Submission Deadline
- 5 Sep 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Nov 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- If the full contract period is undertaken, this requirement shall likely be re-tendered in early to mid 2028
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Callum Ewan, Shane Newell
- Contact Email
- callum.ewan@edinburgh.gov.uk, shane.newell@edinburgh.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511342
Granton Water Monitoring - The City of Edinburgh Council is seeking to appoint a Service Provider to recommence groundwater monitoring at the Granton Plot A site on a quarterly basis. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519399
Granton Water Monitoring - The City of Edinburgh Council is seeking to appoint a Service Provider to recommence groundwater monitoring at the Granton Plot A site on a quarterly basis.
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-r6ebe6-0000765718-2024-12-02T00:00:00Z",
"date": "2024-12-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000765718",
"initiationType": "tender",
"parties": [
{
"id": "org-131",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG"
},
"contactPoint": {
"name": "Callum Ewan",
"email": "callum.ewan@edinburgh.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.edinburgh.gov.uk"
}
},
{
"id": "org-4",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"locality": "Kirkcaldy"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
},
{
"id": "org-67",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG"
},
"contactPoint": {
"name": "Shane Newell",
"email": "shane.newell@edinburgh.gov.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.edinburgh.gov.uk"
}
},
{
"id": "org-374",
"name": "Terrenus Land & Water Ltd",
"identifier": {
"legalName": "Terrenus Land & Water Ltd"
},
"address": {
"streetAddress": "International House, Stanley Boulevard",
"locality": "Hamilton",
"region": "UKM",
"postalCode": "G72 0BN"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-69",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "The City of Edinburgh Council",
"id": "org-67"
},
"tender": {
"id": "CT1366",
"title": "Granton Water Monitoring",
"description": "The City of Edinburgh Council is seeking to appoint a Service Provider to recommence groundwater monitoring at the Granton Plot A site on a quarterly basis.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "90740000",
"scheme": "CPV"
},
{
"id": "90730000",
"scheme": "CPV"
},
{
"id": "90711500",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 180000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2024-09-05T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-09-05T12:00:00Z"
},
"documents": [
{
"id": "AUG511342",
"documentType": "contractNotice",
"title": "Granton Water Monitoring",
"description": "The City of Edinburgh Council is seeking to appoint a Service Provider to recommence groundwater monitoring at the Granton Plot A site on a quarterly basis.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511342",
"format": "text/html"
},
{
"id": "DEC519399",
"documentType": "awardNotice",
"title": "Granton Water Monitoring",
"description": "The City of Edinburgh Council is seeking to appoint a Service Provider to recommence groundwater monitoring at the Granton Plot A site on a quarterly basis.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519399",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The City of Edinburgh Council is seeking to appoint a Service Provider to recommence groundwater monitoring at the Granton Plot A site on a quarterly basis. The services required include: - Groundwater monitoring to be carried out on a quarterly basis and the collection of samples from 4 foreshore streams and low flow groundwater sampling from 10 boreholes spread across the site; - Laboratory analysis of all samples; and - Preparation of a report after each monitoring round detailing the results from the monitoring round and comparing the historic trends.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Council wishes to hold the option to extend for up to a further 24 months, undertaken at the sole discretion of the Council."
}
}
],
"bidOpening": {
"date": "2024-09-05T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 90,000 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: 1.10 - Current ratio for Prior Year: 1.10 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 1.10. 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 - 5m GBP - c. Professional Indemnity - 2m GBP Where 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."
},
{
"type": "technical",
"description": "Part IV: Selection criteria - C: 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. Please note that tenderers who fail to answer \"Yes\" to this question may not have their tender considered further or proceed to the Price/Quality ratio calculation. Part IV: Selection criteria - C: 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 (including any agency or sub-contractor staff directly involved in the delivery of the contract), at least the real Living Wage. Bidders should confirm that this condition will be met within the response to this question. Please note that tenderers who fail to answer \"Yes\" to this question may not have their tender considered further or proceed to the Price/Quality ratio calculation. 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 \"Annex 1 - Bidder Relevant Contract Climate Change Plan - Blank Template\" 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."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "90733700",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "If the full contract period is undertaken, this requirement shall likely be re-tendered in early to mid 2028"
}
},
"language": "EN",
"description": "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. (SC Ref:784319)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000765718"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000765718"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "CT1366",
"suppliers": [
{
"id": "org-374",
"name": "Terrenus Land & Water Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "CT1366",
"awardID": "CT1366",
"status": "active",
"value": {
"amount": 108640,
"currency": "GBP"
},
"dateSigned": "2024-11-18T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1234",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "1235",
"measure": "smeBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "1236",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1237",
"measure": "foreignBidsFromNonEU",
"value": 7,
"relatedLot": "1"
},
{
"id": "1238",
"measure": "electronicBids",
"value": 7,
"relatedLot": "1"
}
]
}
}