Award

OT Equipment

MORAY COUNCIL

This public procurement record has 2 releases in its history.

Award

09 May 2017 at 00:00

Tender

20 Feb 2017 at 00:00

Summary of the contracting process

The Moray Council is seeking bids for the supply of OT Equipment as part of an open tender process. Located in Elgin, UK, this procurement falls under the goods category and is aimed at supporting general public services. The tender is currently active, with a submission deadline set for 23rd March 2017 at 12:00 PM. Bidders must also note that the award period will commence after this deadline, providing a potential contract value of £1,200,000, with the contracting authority indicating that contracts may last up to 1440 days with options for renewal.

This tender presents a significant opportunity for businesses in the health and medical equipment sectors, particularly those focused on occupational therapy supplies. Companies with relevant experience, capable of demonstrating compliance with quality standards and possessing the required insurance, would find this tender particularly suited to their capabilities. The efficient delivery of OT equipment is critical to the council's services, making this an excellent chance for suppliers to support and grow within the public procurement landscape in Scotland.

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

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

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

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

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-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
            }
        ]
    }
}