{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029d53-2021-05-05T14:34:02+01:00",
    "date": "2021-05-05T14:34:02+01:00",
    "ocid": "ocds-h6vhtk-029d53",
    "description": "(SC Ref:653007)",
    "initiationType": "tender",
    "tender": {
        "id": "CT2599",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Workshop Equipment Maintenance Services",
        "status": "unsuccessful",
        "classification": {
            "scheme": "CPV",
            "id": "50111000",
            "description": "Fleet management, repair and maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "The City of Edinburgh Council wish to appoint a single Contractor to (1) calibrate, test and service/maintain its vehicle workshop equipment (2) provide breakdown cover for key vehicle workshop equipment (3) manage its vehicle workshop equipment Asset Register.",
        "lots": [
            {
                "id": "1",
                "description": "The City of Edinburgh Council's (the Council), Fleet Service Workshops provide comprehensive vehicle repair and testing services for vehicles owned and operated by the Council (approx.1000) & Edinburgh, Midlothian & West Lothian licenced Taxis (approx.4500). A list of current vehicle workshop equipment (the equipment) is provided within the Council's Asset Register (document entitled Schedule of Rates and Asset Register). To support the delivery of these services the Council require to appoint a single contractor to: - manage the Council's vehicle workshop equipment Asset Register - calibrate, test and service/maintain its vehicle workshop equipment - provide a repairs/call out service for its vehicle workshop equipment",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2-year contract with the option to extend for 2 further 12-month periods thereafter (undertaken at the sole discretion of the Council)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "SPD Part 4 (IV): Selection Criteria: Turnover - Question 4B.1 - In response to this question Bidders are required to provide their \"general\" annual turnover for the current year and for the prior year. Bidders are required to have a minimum \"general\" annual turnover of GBP 176,000 for the last two financial years. SPD Part 4 (IV): Selection Criteria: Economic and Financial Standing - Financial Ratio - Question 4B.4 - In response to this question Bidders are required to provide the following information: o Current Ratio for the current year o Current Ratio for the prior year. The formula for calculating a Bidder's Current Ratio is current assets divided by current liabilities. The acceptable range for each year's financial ratio is greater than 1.1. SPD Part 4 (IV): Selection Criteria: Economic and Financial Standing - Insurance - Question 4B.5a, 4B.5b, 4B.5c - Bidders 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. Professional Indemnity - GBP 5m b. Employers (Compulsory) Liability Insurance - GBP 5m c. Public and Products Liability Insurance - GBP 10m",
                    "minimum": "SPD Part 4 (IV): Selection Criteria: Turnover - Question 4B.1 - Where a Bidder does not have a \"general\" annual turnover of the acceptable value, the Council may exclude the Bidder from the competition or may apply discretion seeking supporting evidence to determine the Bidder's suitability to proceed in the competition. SPD Part 4 (IV): Selection Criteria: Economic and Financial Standing - Financial Ratio - Question 4B.4 - Where a Bidder's Current Ratio for each year is less than the acceptable value, the Council may exclude the Bidder from the competition or may apply discretion seeking supporting evidence to determine the Bidder's suitability to proceed in the competition. SPD Part 4 (IV): Selection Criteria: Economic and Financial Standing - Insurance - Question 4B.5a, 4B.5b, 4B.5c - Where a Bidders does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Bidders from the competition or may apply discretion seeking supporting evidence to determine the Bidder's suitability to proceed in the competition.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD Part 4 (IV): Selection Criteria - Technical and Professional Ability - Relevant Examples - Question 4C1.2 - In response to this question Bidders are required to provide a one case study which demonstrates that they have the technical and professional ability required to deliver the specified service. The case study should demonstrate capacity and experience of delivering the specified type and volume of services in a similar environment (as described in the Contract Notice and appended documents). The case study should include (1) the contract value (2) the contract start/end date (3) client details (4) a demonstration of experience in operating within LOLER, P.U.W.E.R and COSHH regulations. The case study contract must have been delivered within the last 3 years and have been ongoing for at least a 1-year period. The Bidder must be/have been the main Contractor employed to deliver the case study contract and be able to provide evidence of this. SPD Part 4 (IV): Selection criteria - Quality Assurance Schemes & Environmental Management - Question 4D.1 - It is a mandatory requirement that 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 and attach their Health and Safety Policy.",
                    "minimum": "SPD Part 4 (IV): Selection Criteria - Technical and Professional Ability - Relevant Examples - Question 4C1.2 - Where a Bidder does not demonstrate suitability to the Council's satisfaction, the Council may exclude the Bidder from the competition or may apply discretion seeking supporting evidence to determine the Bidder's suitability to proceed in the competition. SPD Part 4 (IV): Selection criteria - Quality Assurance Schemes & Environmental Management - Question 4D.1 - 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-22T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2021-04-22T12:30:00+01:00"
        },
        "bidOpening": {
            "date": "2021-04-22T12:30:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "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.",
        "recurrence": {
            "description": "2-year contract with the option to extend for 2 further 12-month periods thereafter (undertaken at the sole discretion of the Council)."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-346",
            "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",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Claudine Persaud",
                "telephone": "+44 1314693727",
                "email": "claudine.persaud@edinburgh.gov.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.edinburgh.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-404",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-346",
        "name": "The City of Edinburgh Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "009708-2021-CT2599-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        }
    ]
}