Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework for the Supply and Maintenance of Cleaning Equipment 2018-2022
Reference number: CT2322
II.1.2)Main CPV code39831300 Floor cleaners
II.1.3)Type of contractSupplies
II.1.4)Short description:
Supply and maintenance of a variety of electric (battery and 240 V mains) vacuum cleaners, ride-on scrubbers, polishers, pressure washers, steam cleaners, high speed buffers and carpet cleaners required over the next 4 years.
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 400 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)39713430 Vacuum cleaners
39713431 Accessories for vacuum cleaners
39831300 Floor cleaners
II.2.3)Place of performanceNUTS code: UKM75 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
A variety of electric (battery and 240 V mains) vacuum cleaners, ride-on scrubbers, polishers, pressure washers, steam cleaners, high speed buffers and carpet cleaners together with planned maintenance and on-call repair service required over the next 4 years.
II.2.5)Award criteriaQuality criterion - Name: Warranty / Weighting: 30
Quality criterion - Name: Safety features / Weighting: 20
Quality criterion - Name: Quality assurance / Weighting: 20
Quality criterion - Name: The environment / Weighting: 15
Quality criterion - Name: Fair work practices / Weighting: 10
Quality criterion - Name: Community benefits / Weighting: 5
Quality criterion - Name: Overall Quality — Subcriteria Breakdown above / Weighting: 40 / Weighting: 40
Price - Weighting: 60
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
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.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:26/01/2018
V.2.2)Information about tendersNumber of tenders received: 4
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: DMG Floorcare Ltd
Postal address: 35 Colquhoun Avenue, Hillington Park
Town: Glasgow
NUTS code: UK UNITED KINGDOM
Postal code: G52 4BN
Country: United Kingdom
Telephone: +44 1418830090
Fax: +44 1418101018
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 400 000.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: The City of Edinburgh Council
Postal address: Waverley Court, 4 East Market Street
Town: Edinburgh
Postal code: EH8 8BG
Country: United Kingdom
Telephone: +44 1314693922
Internet address:
http://www.edinburgh.gov.uk VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
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 email 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 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.
VI.5)Date of dispatch of this notice:09/05/2018