Award

Hostile Vehicle Mitigation

THE CITY OF EDINBURGH COUNCIL

This public procurement record has 3 releases in its history.

Award

07 Mar 2024 at 11:16

Tender

13 Oct 2023 at 10:00

Planning

28 Apr 2023 at 07:40

Summary of the contracting process

The City of Edinburgh Council has concluded the procurement process for the "Hostile Vehicle Mitigation" project, aiming to enhance security in events and public spaces. The procurement category is 'goods', and the Council is seeking suppliers for rental of hostile vehicle mitigation equipment and associated works. This procurement was conducted through an open procedure and has been completed. Active suppliers can be found at the Council's address in Edinburgh, UKM75. The awarded contract is currently active, with a value of £240,000 signed on 19th February 2024.

This tender presents opportunities for suppliers in the road traffic-control equipment industry to engage with the City of Edinburgh Council. The contract with the supplier "Crowdguard" offers a chance for business growth through providing rental equipment and associated services. Businesses involved in installation of bollards, road traffic-control equipment, and traffic control services are well-suited to compete. Suppliers must adhere to quality and price criteria to be considered for the contract worth £240,000. Interested suppliers should align their offerings with the specified requirements and ensure compliance with the tender's terms and conditions.

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

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

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

CROWDGUARD

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-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
            }
        ]
    }
}