{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03dd96-2023-11-08T15:11:59Z",
    "date": "2023-11-08T15:11:59Z",
    "ocid": "ocds-h6vhtk-03dd96",
    "description": "CONTRACT SPECIFIC MANDATORY CRITERIA Part IV: Selection criteria - C: Technical and Professional Ability - Prompt Payment - Question 4C.4 - It 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 IV: Selection criteria - C: Technical and Professional Ability - Living Wage Payment - Question 4C.4 Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract] (including any agency or sub-contractor staff) directly involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract]), at least the real Living Wage. 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 the provision of a carbon reduction plan 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. (SC Ref:749773)",
    "initiationType": "tender",
    "tender": {
        "id": "CT2962",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Traffic Management Framework Agreement",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "63712700",
            "description": "Traffic control services"
        },
        "mainProcurementCategory": "services",
        "description": "The City of Edinburgh Council seeks to establish a multi supplier Framework Agreement for a period of 2 years with the option to extend by up to a further 2 years. The Framework Agreement shall feature up to 2 suppliers for the provision of vehicles, labour and equipment to erect, maintain and remove temporary traffic management measures at various locations throughout the City of Edinburgh and neighbouring Councils listed within the Contract Notice. The scope of works will also include design services, signing, coning and the erection of mills type, rapidguard and rhino barriers for events.",
        "value": {
            "amount": 750000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Framework Agreement shall feature up to 2 suppliers for the provision of vehicles, labour and equipment to erect, maintain and remove temporary traffic management measures at various locations throughout the City of Edinburgh and neighbouring Councils listed within the Contract Notice. The scope of works will also include design services, signing, coning and the erection of mills type, rapidguard and rhino barriers for events.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 750000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement is subject to extensions of up to 24 months. Please note values provided relate to the full potential duration"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34923000",
                        "description": "Road traffic-control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992100",
                        "description": "Illuminated traffic signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Part III: Section A, B, C & D - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015 [for above threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below threshold). Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 450,000 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: o Current ratio for Current Year: 1.15 o Current ratio for Prior Year: 1.15 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 1.15. 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 - 10m GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-07-31T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2023-07-31T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-07-31T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. . A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service /OJEU 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": "Summer 2025 if no extension is utilised. Summer 2027 if an extension is utilised"
        }
    },
    "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": "Kyro Grieve",
                "email": "kyro.grieve@edinburgh.gov.uk",
                "url": "http://www.publictendersscotland.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": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-5024",
            "name": "Sheriff Court",
            "identifier": {
                "legalName": "Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-86615",
            "name": "Contraflow Ltd",
            "identifier": {
                "legalName": "Contraflow Ltd"
            },
            "address": {
                "streetAddress": "1 Wardpark Road, Wardpark South Industrial Estate",
                "locality": "Cumbernauld",
                "region": "UKM84",
                "postalCode": "G67 3EX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1236862400",
                "faxNumber": "+44 1236862402"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-97900",
            "name": "Paragon Traffic Management",
            "identifier": {
                "legalName": "Paragon Traffic Management"
            },
            "address": {
                "streetAddress": "Brit House, High Street East",
                "locality": "Scunthorpe",
                "region": "UKE13",
                "postalCode": "DN15 6UH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7586657870"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-346",
        "name": "The City of Edinburgh Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000737130"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "033087-2023-CT2962-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-86615",
                    "name": "Contraflow Ltd"
                },
                {
                    "id": "GB-FTS-97900",
                    "name": "Paragon Traffic Management"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "033087-2023-CT2962-1",
            "awardID": "033087-2023-CT2962-1",
            "status": "active",
            "value": {
                "amount": 750000,
                "currency": "GBP"
            },
            "dateSigned": "2023-10-13T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            }
        ]
    }
}