Award

Purchase of 3 Ejection Trailers

PERTH & KINROSS COUNCIL

This public procurement record has 2 releases in its history.

Award

09 Nov 2021 at 15:54

Tender

13 Jul 2021 at 14:15

Summary of the contracting process

The Perth & Kinross Council is undertaking a procurement process for the purchase of three ejection trailers, classified under the CPV code 34223300 (Trailers). The contract falls under the goods procurement category and the procurement method follows an open procedure. The tender is currently active, with a contract value of £197,000 and a submission deadline that ended on 13 August 2021. The delivery region for this project is UKM77, encompassing the locality of Perth, where the council is based. The awarded contract was signed on 9 November 2021 and is presently active with bmi trailers ltd as the selected supplier.

This tender presents significant opportunities for businesses in the manufacturing and supply of trailers, particularly those with expertise in waste disposal solutions. Companies that can demonstrate quality management, technical experience, and compliance with health and safety regulations will be well-positioned to compete. Given the emphasis on community benefits and sustainability in procurement processes, suppliers who can offer innovative solutions and add value beyond the basic requirements will likely find themselves favourably regarded in future tendering opportunities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Purchase of 3 Ejection Trailers

Notice Description

Perth and Kinross Council were seeking to appoint suitably qualified and experienced Contractors to produce, deliver and install three ejection trailers for waste disposal.

Lot Information

Lot 1

Perth and Kinross Council were seeking to appoint suitably qualified and experienced Contractors to produce, deliver and install three ejection trailers for waste disposal.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c776
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028079-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34223300 - Trailers

Notice Value(s)

Tender Value
£197,000 £100K-£500K
Lots Value
£197,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£196,866 £100K-£500K

Notice Dates

Publication Date
9 Nov 20214 years ago
Submission Deadline
13 Aug 2021Expired
Future Notice Date
Not specified
Award Date
9 Nov 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
PERTH & KINROSS COUNCIL
Contact Name
Nicola Simpson
Contact Email
nsimpson@pkc.gov.uk
Contact Phone
+44 1738475000

Buyer Location

Locality
PERTH
Postcode
PH1 5PH
Post Town
Perth
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM02 Perth and Kinross, and Stirling
Delivery Location
TLM77 Perth and Kinross, and Stirling

Local Authority
Perth and Kinross
Electoral Ward
Perth City Centre
Westminster Constituency
Perth and Kinross-shire

Supplier Information

Number of Suppliers
1
Supplier Name

BMI TRAILERS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02c776-2021-11-09T15:54:02Z",
    "date": "2021-11-09T15:54:02Z",
    "ocid": "ocds-h6vhtk-02c776",
    "description": "(SC Ref:673250)",
    "initiationType": "tender",
    "tender": {
        "id": "PKC11532",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Purchase of 3 Ejection Trailers",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "34223300",
            "description": "Trailers"
        },
        "mainProcurementCategory": "goods",
        "description": "Perth and Kinross Council were seeking to appoint suitably qualified and experienced Contractors to produce, deliver and install three ejection trailers for waste disposal.",
        "value": {
            "amount": 197000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Perth and Kinross Council were seeking to appoint suitably qualified and experienced Contractors to produce, deliver and install three ejection trailers for waste disposal.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 197000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 60
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34223300",
                        "description": "Trailers"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "N/A",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Suppliers will be requested to provide confirmation within the tender submission that the stated financial ratio tests are met. Employer's Liability Insurance Public Liability Insurance",
                    "minimum": "Current Ratio it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. - Net Assets (Net Worth) it is expected that the Net Worth will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. Employer's Liability Insurance - 10 million GBP Public Liability - 5 million GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Technical Experience Quality Management Health & Safety Environmental Management",
                    "minimum": "Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver similar services as that detailed within the description of requirements as part of the Specification documents. Examples should include details of provision of the same or similar products as detailed in the specification. 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery. e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. Health and Safety Procedures The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. 4D.2 The Bidder must be able to produce certifications drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, Or 2. The bidder must have the following: a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. b. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. e. Documented arrangements checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-08-13T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2021-08-13T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-08-13T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1263",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Nicola Simpson",
                "telephone": "+44 1738475000",
                "email": "NSimpson@pkc.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.pkc.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4111",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "Tay Street",
                "locality": "Perth",
                "postalCode": "PH2 8NL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-34024",
            "name": "bmi trailers ltd",
            "identifier": {
                "legalName": "bmi trailers ltd"
            },
            "address": {
                "streetAddress": "20 Granville Ind Estate, Dungannon",
                "locality": "Dungannon",
                "region": "UK",
                "postalCode": "BT70 1NJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2887753999",
                "faxNumber": "+44 2887725585"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1263",
        "name": "Perth & Kinross Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "028079-2021-PKC11532-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-34024",
                    "name": "bmi trailers ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "028079-2021-PKC11532-1",
            "awardID": "028079-2021-PKC11532-1",
            "status": "active",
            "value": {
                "amount": 196866,
                "currency": "GBP"
            },
            "dateSigned": "2021-11-09T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}