Notice Information
Notice Title
Hostile Vehicle Mitigation
Notice Description
The City of Edinburgh Council is seeking a supplier who can provide rental of rated hostile vehicle mitigation equipment and associated works to support the security of events and public spaces. Acceptable ratings are IWA-14 or PAS68
Lot Information
Lot 1
The City of Edinburgh Council is seeking a supplier who can provide rental of rated hostile vehicle mitigation equipment, deployment of the equipment and provide associated services to support the security of events and public spaces. The equipment must be suitable for deployment in high-traffic areas, including pedestrian permeable solutions. The supplier must also provide storage and deployment options. The rental period for the equipment will vary depending on the individual event needs, and suppliers must be able to provide flexible rental terms to accommodate these varying requirements. Interested suppliers should upload their submissions via the Public Contract Scotland Tender Website/ portal. Further tender information can be found via Public Contract Scotland Tender.
Renewal: The contract may be extended by a further two, twelve month periods following the initial two years at the sole discretion of the Council
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03c4ec
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007307-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- 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
45 - Construction work
63 - Supporting and auxiliary transport services; travel agencies services
-
- CPV Codes
34923000 - Road traffic-control equipment
34928450 - Bollards
45233291 - Installation of bollards
45316213 - Installation of traffic guidance equipment
63712700 - Traffic control services
Notice Value(s)
- Tender Value
- £240,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £240,000 £100K-£500K
Notice Dates
- Publication Date
- 7 Mar 20241 years ago
- Submission Deadline
- 13 Nov 2023Expired
- Future Notice Date
- 14 Jun 2023Expired
- Award Date
- 19 Feb 20242 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Kyro Grieve
- Contact Email
- kyro.grieve@edinburgh.gov.uk
- Contact Phone
- +44 1314693922
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
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-03c4ec-2024-03-07T11:16:19Z",
"date": "2024-03-07T11:16:19Z",
"ocid": "ocds-h6vhtk-03c4ec",
"description": "It is a mandatory requirement of this Framework Agreement that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. (SC Ref:760288)",
"initiationType": "tender",
"tender": {
"id": "CT2967",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Hostile Vehicle Mitigation",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
"mainProcurementCategory": "goods",
"description": "The City of Edinburgh Council is seeking a supplier who can provide rental of rated hostile vehicle mitigation equipment and associated works to support the security of events and public spaces. Acceptable ratings are IWA-14 or PAS68",
"lots": [
{
"id": "1",
"description": "The City of Edinburgh Council is seeking a supplier who can provide rental of rated hostile vehicle mitigation equipment, deployment of the equipment and provide associated services to support the security of events and public spaces. The equipment must be suitable for deployment in high-traffic areas, including pedestrian permeable solutions. The supplier must also provide storage and deployment options. The rental period for the equipment will vary depending on the individual event needs, and suppliers must be able to provide flexible rental terms to accommodate these varying requirements. Interested suppliers should upload their submissions via the Public Contract Scotland Tender Website/ portal. Further tender information can be found via Public Contract Scotland Tender.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract may be extended by a further two, twelve month periods following the initial two years at the sole discretion of the Council"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233291",
"description": "Installation of bollards"
},
{
"scheme": "CPV",
"id": "34928450",
"description": "Bollards"
},
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "45316213",
"description": "Installation of traffic guidance equipment"
},
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-06-15T00:00:00+01:00",
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 240000,
"currency": "GBP"
},
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Tenderers are required to have a minimum \"general\" annual turnover of 50000GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Tenderers will be required provide the following information: Current ratio for Current Year: 1.15 Current ratio for Prior Year: 1:15 The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.15. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition.",
"minimum": "Minimum \"general\" annual turnover of 120000GBP for the last two financial years. Current ratio for Current Year: 1.15 Current ratio for Prior Year: 1:15 Employer's Liability Insurance (minimum of 5 Million GBP) Public Liability Insurance (minimum of 10 Million GBP) Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "It is a mandatory requirement of this Framework that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: A completed copy of \"Climate Change Plan\" including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. Where a Tenderer's response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
},
"hasElectronicAuction": true
},
"tenderPeriod": {
"endDate": "2023-11-13T14:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-11-13T14:00:00Z"
},
"bidOpening": {
"date": "2023-11-13T14:00:00Z"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. . A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service /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."
},
"parties": [
{
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1314693922",
"email": "kyro.grieve@edinburgh.gov.uk",
"name": "Kyro Grieve",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.edinburgh.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-5024",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-107039",
"name": "Crowdguard",
"identifier": {
"legalName": "Crowdguard"
},
"address": {
"streetAddress": "16 Kingsway",
"locality": "Altrincham",
"region": "UK",
"postalCode": "WA14 1PJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7795806204"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000747284"
}
],
"language": "en",
"awards": [
{
"id": "007307-2024-CT2967-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107039",
"name": "Crowdguard"
}
]
}
],
"contracts": [
{
"id": "007307-2024-CT2967-1",
"awardID": "007307-2024-CT2967-1",
"status": "active",
"value": {
"amount": 240000,
"currency": "GBP"
},
"dateSigned": "2024-02-19T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}