Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract involves joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Technical Management Support for ECO Stars Fleet Recognition Scheme.
Reference number: CT2200
II.1.2)Main CPV code
71356300
II.1.3)Type of contract
Services
II.1.4)Short description:
ECO Stars is a fleet recognition scheme that provides recognition and advice on good environmental practice to operators of fleets of vehicles.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKM
Main site or place of performance:
The Framework Agreement must be accessible to all Local Authorities across Scotland therefore bidders must be able to operate across the entire Mainland of Scotland including the Islands.
II.2.4)Description of the procurement:
ECO Stars Edinburgh is a scheme that provides recognition and advice on good environmental practice to operators of fleets of vehicles. The scheme launched in Edinburgh in January 2012 as part of the Intelligent Energy Europe funded ECOSTARS Europe project. Since completion the number of schemes in Scotland has continued to grow. There are now a total of nine Scottish ECO Stars Fleet Schemes with a further two in the process of being set up. Edinburgh currently has 154 members. It is a key measure of the Edinburgh's Air Quality Action Plan and is featured in the Strategic Energy Action Plan (SEAP).
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The Framework Agreement may be extended by one further 12 month period.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.1 of the notice is not applicable to this procurement exercise.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Refer to the following statements when completing Part IV Section B of the ESPD.
Statement for ESPD Question 4B.1.1.
Bidders must demonstrate a minimum general annual turnover of 2 500 000 GBP in each of the last 2 financial years.
Statement for ESPD Question 4B.4.
Bidders must demonstrate a Current ratio of 1.20 for both current and prior financial years. The formula for calculating current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20.
Statement for ESPD Question 4B.5.1.
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, Employers (Compulsory) Liability Insurance = 5 000 000 GBP.
Minimum level(s) of standards possibly required:
Where a bidder does not have an annual turnover of the value stated above and / or where a bidder has a current ratio which is less than the value stated above the Council may exclude the bidder from the competition or may apply discretion seeking supporting evidence to determine the bidders suitability to proceed in the competition.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
III.1.3 of the notice is not applicable to this procurement exercise.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 18/09/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30/03/2018
IV.2.7)Conditions for opening of tenders
Date: 18/09/2017
Local time: 16:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
Question scoring methodology for Selection Criteria is pass / fail.
Award Criteria questions can be found in the Invitation to Tender Document together with the weightings and scoring methodology.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_8101. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:500955).
VI.4)Procedures for review
VI.4.1)Review body
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
United Kingdom
Telephone: +44 1314693543
Internet address:http://www.edinburgh.gov.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
16/08/2017