色猫直播

色猫直播 Tenders

26 April 2025

Related Information

色猫直播 Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 23rd Apr 2025

Tender Details
Referenceocds-h6vhtk-050610
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 23rd Apr 2025

Tender Details
Referenceocds-h6vhtk-050610
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Contact

Richard Horbury

Email

Richard.Horbury [at] eastdunbarton.gov.uk

Telephone

+44 1415745750

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

Buyer's address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Environment


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

EDC/2025/4238 - A807 Active Travel Corridor - Detailed Design & Client-Side Support

Reference number

EDC/2025/4238

II.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

II.1.3) Type of contract

Services

II.1.4) Short description

Under this contract, EDC requires to commission a suitably qualified and experienced external consultant to provide a multi-disciplinary professional service to undertake and complete the detailed design for both Section 2 and 3 of the A807 Active Travel Corridor (Project) and to further support the Client during the pre-construction and construction phase for Section 2 and Section 3 of the Project and fulfilling the role of Principal Designer throughout

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311300 - Infrastructure works consultancy services

II.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

Between Torrance and Milngavie, alongside the A807 road corridor.

II.2.4) Description of the procurement

The service comprises (i) the provision of a multi-disciplinary professional service to undertake and complete the detailed design for both Section 2 and 3 of the A807 Active Travel Corridor (Project) and to further support the Client during the pre-construction and construction phase for Section 2 and Section 3 of the Project and fulfilling the role of Principal Designer throughout, and (ii) the provision of all necessary resources for all such purposes, including, without limitation, all necessary management, staff, supervision, labour, and equipment.

II.2.5) Award criteria

Quality criterion - Name: Management of the Contract / Weighting: 20%

Quality criterion - Name: Understanding of the Project and the service / Weighting: 20%

Quality criterion - Name: Providing the Service / Weighting: 35%

Quality criterion - Name: Quality Management / Weighting: 10%

Quality criterion - Name: Health, Safety & Environment / Weighting: 10%

Quality criterion - Name: Fair Work First / Weighting: 5%

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 拢300,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 July 2025

End date

28 August 2028

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

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.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

The relevant selection criteria for Economic and Financial Standing is included in the online SPD (Scotland) module linked to this Contract Notice and outlined below:

SPD 4B.1.1 Bidders will be required to have a minimum 鈥済eneral鈥 yearly turnover of 600,000 GBP for the last three years.

SPD 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

SPD 4B.5. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Professional Risk Indemnity Insurance = 2,000,000 GBP (two million pounds sterling) in respect of each claim.

Employer鈥檚 (Compulsory) Liability Insurance = 5,000,000 GBP (five million pounds sterling) in respect of each claim.

Public Liability Insurance = 5,000,000 GBP (five million pounds sterling) in respect of each claim.

Minimum level(s) of standards possibly required

East Dunbartonshire Council will assess responses to the SPD (Scotland) questions for Economic and Financial Standing on a PASS/FAIL basis as follows:

FAIL = Response fails to meet the selection criteria of East Dunbartonshire Council.

PASS = Response meets the selection criteria of East Dunbartonshire Council.

Failure of a bidder to achieve a PASS against any of the assessed questions will automatically result in its exclusion from the procurement exercise.

III.1.3) Technical and professional ability

List and brief description of selection criteria

The relevant selection criteria for Technical and Professional Ability is included in the online SPD (Scotland) module linked to this Contract Notice.

Minimum level(s) of standards possibly required

East Dunbartonshire Council will assess responses to SPD (Scotland) question 4C.1.2 as follows:

FAIL = Nil or inadequate response which fails to demonstrate previous experience/capacity/capability relevant to this criterion or the response is partially relevant but generally poor with the response showing some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.

PASS = Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

East Dunbartonshire Council will not assess Responses to SPD question 4C.10 as part of the selection criteria but it reserves the right to clarify the percentage stated by a bidder. If you are using a sub-contractor (but not relying on them to meet the selection criteria) each sub-contractor should complete an SPD response. In this instance, they will only need to complete the exclusion criteria.

Failure of a bidder to achieve a PASS against any of the assessed questions will automatically result in its exclusion from the procurement exercise.

III.2) Conditions related to the contract

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

23 May 2025

Local time

5:00pm

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

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

26 May 2025

Local time

9:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see:

A summary of the expected community benefits has been provided as follows:

East Dunbartonshire Council (EDC) is committed to maximising Community Benefits from its procurement activities. Under this procurement, the appointed Consultant, and its supply chain, will be required to support EDC鈥檚 economic and social regeneration objectives. Community Benefits requirements are set out in the Community Benefits Approach in Volume 0 of the procurement documents.

Community Benefits will be enforceable as part of the contract and monitored as part of the Contract and Supplier Management process.

(SC Ref:796895)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Clerks Office

PO Box 23, 1 Charlton Place

Glasgow

G5 9DA

Country

United Kingdom