Notice Information
Notice Title
OT Equipment
Notice Description
OT Equipment
Lot Information
Lot 1
The OT service receives approximately 1800 referrals per annum, all of which met the criteria of critical or substantial need. 100% of critical referrals were provided with a service within 2 weeks of referring to the service. To ensure that we maintain this quality of service delivery we need to ensure the equipment we purchase can be provided in a timely manner with an expectation of an order placement to order receipt time of 5 working days. During the previous year we have raised approximately 2,000 orders of which the majority were routine stock replacements but approximately 10% were classed as urgent orders as they were for equipment required to enable someone to come home from hospital or prevent admission.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: Initial period of 2 years with 2 options to extend of 12 months each
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000483895
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY282619
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award 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
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33196100 - Devices for the elderly
33196200 - Devices for the disabled
Notice Value(s)
- Tender Value
- £1,200,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 May 20178 years ago
- Submission Deadline
- 23 Mar 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Apr 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2020
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MORAY COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@moray.gov.uk
- Contact Phone
- +44 1343563137
Buyer Location
- Locality
- ELGIN
- Postcode
- IV30 1BX
- Post Town
- Inverness
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM62 Inverness and Nairn, Moray, and Badenoch and Strathspey
-
- Local Authority
- Moray
- Electoral Ward
- Elgin City North
- Westminster Constituency
- Moray West, Nairn and Strathspey
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB274357
OT Equipment - OT Equipment -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY282619
OT Equipment - OT Equipment
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-r6ebe6-0000483895-2017-05-09T00:00:00Z",
"date": "2017-05-09T00:00:00Z",
"ocid": "ocds-r6ebe6-0000483895",
"initiationType": "tender",
"parties": [
{
"id": "org-9",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.moray.gov.uk"
}
},
{
"id": "org-48",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.moray.gov.uk"
}
}
],
"buyer": {
"name": "Moray Council",
"id": "org-48"
},
"tender": {
"id": "16/0088",
"title": "OT Equipment",
"description": "OT Equipment",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "33196200",
"scheme": "CPV"
},
{
"id": "33196100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM62"
},
{
"region": "UKM62"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1200000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"tenderPeriod": {
"endDate": "2017-03-23T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-03-23T12:00:00Z"
},
"documents": [
{
"id": "FEB274357",
"documentType": "contractNotice",
"title": "OT Equipment",
"description": "OT Equipment",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB274357",
"format": "text/html"
},
{
"id": "MAY282619",
"documentType": "awardNotice",
"title": "OT Equipment",
"description": "OT Equipment",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY282619",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The OT service receives approximately 1800 referrals per annum, all of which met the criteria of critical or substantial need. 100% of critical referrals were provided with a service within 2 weeks of referring to the service. To ensure that we maintain this quality of service delivery we need to ensure the equipment we purchase can be provided in a timely manner with an expectation of an order placement to order receipt time of 5 working days. During the previous year we have raised approximately 2,000 orders of which the majority were routine stock replacements but approximately 10% were classed as urgent orders as they were for equipment required to enable someone to come home from hospital or prevent admission.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Initial period of 2 years with 2 options to extend of 12 months each"
}
}
],
"bidOpening": {
"date": "2017-03-23T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum yearly \"specific\" turnover of 250,000GBP for the last 2 years in the business area covered by the contract. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5,000,000GBP Public Liability Insurance = 5,000,000GBP Product Liability Insurance = 5,000,000GBP http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 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 have the following: 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. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Health and Safety Procedures 3. 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, 4a 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. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "33196100",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "2020"
}
},
"language": "EN",
"description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. (SC Ref:494668)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000483895"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000483895"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "16/0088",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "16/0088",
"awardID": "16/0088",
"status": "active",
"dateSigned": "2017-04-20T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 037-066655"
}
],
"bids": {
"statistics": [
{
"id": "9",
"measure": "lowestValidBidValue",
"value": 441626
},
{
"id": "10",
"measure": "highestValidBidValue",
"value": 500174
}
]
}
}