Notice Information
Notice Title
Supply & Installation of Vehicle Activated Signs
Notice Description
Perth and Kinross Council ("PKC") are seeking to appoint a suitably qualified and experienced Contractor to supply and install a number of speed indicator vehicle activated signs throughout the Perth and Kinross Council area.
Lot Information
Lot 1
Perth and Kinross Council ("PKC") are seeking to appoint a suitably qualified and experienced Contractor to supply and install a number of speed indicator vehicle activated signs throughout the Perth and Kinross Council area.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-035b51
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030985-2022
- 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
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
-
- CPV Codes
34923000 - Road traffic-control equipment
Notice Value(s)
- Tender Value
- £300,000 £100K-£500K
- Lots Value
- £300,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Nov 20223 years ago
- Submission Deadline
- 14 Sep 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Nov 20223 years ago
- Contract Period
- 16 Oct 2022 - 31 Mar 2023 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PERTH & KINROSS COUNCIL
- Contact Name
- Not specified
- Contact Email
- bwatt@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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-035b51-2022-11-02T15:24:58Z",
"date": "2022-11-02T15:24:58Z",
"ocid": "ocds-h6vhtk-035b51",
"description": "(SC Ref:712140)",
"initiationType": "tender",
"tender": {
"id": "PKC11898",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply & Installation of Vehicle Activated Signs",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
"mainProcurementCategory": "goods",
"description": "Perth and Kinross Council (\"PKC\") are seeking to appoint a suitably qualified and experienced Contractor to supply and install a number of speed indicator vehicle activated signs throughout the Perth and Kinross Council area.",
"value": {
"amount": 300000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Perth and Kinross Council (\"PKC\") are seeking to appoint a suitably qualified and experienced Contractor to supply and install a number of speed indicator vehicle activated signs throughout the Perth and Kinross Council area.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 300000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-10-17T00:00:00+01:00",
"endDate": "2023-03-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Economic and Financial Standing 4B.4 Bidders will be required to state the values for the following for the last two financial years: 1. Current Ratio (Current Assets divided by Current Liabilities) 2. Net Assets (Net Worth) (value per the Balance Sheet) 4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract, the following types of insurance: Professional Indemnity Insurance Employers Liability Insurance Public Liability Insurance",
"minimum": "4B.4 Financial Ratios The acceptable range is: 1.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 for both years. 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. 2. Net Assets (Net Worth) - it is expected that the Net Worth will be positive, i.e. a Net Assets position for both years. 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. 4B.5.1 Level of Insurance Professional Indemnity Insurance in the sum of GBP2,000,000 for any one occurrence or series of occurrences arising out of one event. Employers Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event. Public Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "4C1.2 Bidders will be required to provide examples of previous contracts delivered. 4C.10 Bidders will be required to confirm whether they intend to subcontract 4C.12 Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the technical specifications or standards given. 4D.1 Quality Management Procedures 4D.1 Health & Safety Procedures 4D.2 Environmental Management",
"minimum": "4C1.2 The examples should include but not limited to evidence of installing vehicle activated signs on the public road network, experience with speed indicator vehicle activated signs and examples of working with Local Authorities. 4C.10 Bidders to confirm what proportion of the contract will be sub-contracted. 4C.12 All equipment exposed to the elements must be IP65 rated. Any equipment which is housed within the support column, or the column base must be IP54 rated. Equipment should be registered with Traffic Open Products and Specifications (TOPAS). All sign face material shall be class RA2 HIP and must meet BS EN 12899-1:2007. Comply with Traffic Signs Regulations and General Directions 2016 (TSRGD) Schedule 16. 4D.1 Quality Management Procedures 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 2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document. HEALTH AND SAFETY PROCEDURES 1. 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, 2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in section 10 of the Instructions for Tenderers document. 4d.2 ENVIRONMENTAL MANAGEMENT 1 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 be able to provide documented evidence of their Environmental Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-09-14T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2022-09-14T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-09-14T12:00:00+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": {
"telephone": "+44 1738475000",
"email": "bwatt@pkc.gov.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-61243",
"name": "Perth Sheriff Court",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"address": {
"streetAddress": "County Building, Tay Street",
"locality": "Perth",
"postalCode": "PH2 8NL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1263",
"name": "Perth & Kinross Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000703175"
}
],
"language": "en",
"awards": [
{
"id": "030985-2022-PKC11898-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}