Notice Information
Notice Title
Glasgow 2018 European Championships Provision of Radio End User Equipment & Managed Terminal Service
Notice Description
The Supplier will be required to provide and manage End User Equipment(EUE)Radios etc for use across Glasgow 2018 European Championship venues. The supplier will also be required to provide a standalone Tetra/DMR solution for several locations.
Lot Information
Lot 1
The Supplier will be required to provide and manage Radio End User Equipment (EUE) for use across the Glasgow 2018 European Championship venues listed in section the scope. The supplier will also be required to provide a standalone Tetra/DMR solution for each of the following venues (subject to survey): - Cathkin Braes, - Strathclyde Country Park, SEC Campus and Hydro, - Sir Chris Hoy Velodrome, - Loch Lomond Shores, - Road Race Course, Time Trail Course (see Annex 2 for detailed course routes) The EUE will be provided by the Supplier from a central facility, where it will be assembled, programmed (in the case of radio terminals), tested and despatched. The EUE will be despatched directly by the supplier to the relevant venue. The Supplier will also perform installation and de-installation works at specified locations for in-vehicle EUE and possibly desktop. For proficiency and efficiency we seek a single supplier to manage the operation accross all sites with appropriate services.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000518530
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR314468
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
-
- CPV Codes
32230000 - Radio transmission apparatus with reception apparatus
32236000 - Radio telephones
Notice Value(s)
- Tender Value
- £168,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Mar 20187 years ago
- Submission Deadline
- 21 Dec 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Feb 20188 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Ken Moncrieff
- Contact Email
- ken.moncrieff@glasgow.gov.uk
- Contact Phone
- +44 1412870612
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM75 City of Edinburgh, TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond, TLM82 Glasgow City, TLM84 North Lanarkshire
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV301541
Glasgow 2018 European Championships Provision of Radio End User Equipment & Managed Terminal Service - The Supplier will be required to provide and manage End User Equipment(EUE)Radios etc for use across Glasgow 2018 European Championship venues. The supplier will also be required to provide a standalone Tetra/DMR solution for several locations. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR314468
Glasgow 2018 European Championships Provision of Radio End User Equipment & Managed Terminal Service - The Supplier will be required to provide and manage End User Equipment(EUE)Radios etc for use across Glasgow 2018 European Championship venues. The supplier will also be required to provide a standalone Tetra/DMR solution for several locations.
Notice URLs
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-r6ebe6-0000518530-2018-03-22T00:00:00Z",
"date": "2018-03-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000518530",
"initiationType": "tender",
"parties": [
{
"id": "org-42",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Ken Moncrieff",
"email": "ken.moncrieff@glasgow.gov.uk",
"telephone": "+44 1412870612",
"faxNumber": "+44 1412879399",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-33",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Ken Moncrieff",
"email": "ken.moncrieff@glasgow.gov.uk",
"telephone": "+44 1412870612",
"faxNumber": "+44 1412879399",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-33"
},
"tender": {
"id": "GCC04480CPU",
"title": "Glasgow 2018 European Championships Provision of Radio End User Equipment & Managed Terminal Service",
"description": "The Supplier will be required to provide and manage End User Equipment(EUE)Radios etc for use across Glasgow 2018 European Championship venues. The supplier will also be required to provide a standalone Tetra/DMR solution for several locations.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "32236000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM84"
},
{
"region": "UKM81"
},
{
"region": "UKM75"
},
{
"region": "UKM82"
},
{
"region": "UKM84"
},
{
"region": "UKM81"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 168000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html?_ncp=1503071437136.1021-1",
"tenderPeriod": {
"endDate": "2017-12-21T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-12-21T12:00:00Z"
},
"documents": [
{
"id": "NOV301541",
"documentType": "contractNotice",
"title": "Glasgow 2018 European Championships Provision of Radio End User Equipment & Managed Terminal Service",
"description": "The Supplier will be required to provide and manage End User Equipment(EUE)Radios etc for use across Glasgow 2018 European Championship venues. The supplier will also be required to provide a standalone Tetra/DMR solution for several locations.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV301541",
"format": "text/html"
},
{
"id": "MAR314468",
"documentType": "awardNotice",
"title": "Glasgow 2018 European Championships Provision of Radio End User Equipment & Managed Terminal Service",
"description": "The Supplier will be required to provide and manage End User Equipment(EUE)Radios etc for use across Glasgow 2018 European Championship venues. The supplier will also be required to provide a standalone Tetra/DMR solution for several locations.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR314468",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Supplier will be required to provide and manage Radio End User Equipment (EUE) for use across the Glasgow 2018 European Championship venues listed in section the scope. The supplier will also be required to provide a standalone Tetra/DMR solution for each of the following venues (subject to survey): - Cathkin Braes, - Strathclyde Country Park, SEC Campus and Hydro, - Sir Chris Hoy Velodrome, - Loch Lomond Shores, - Road Race Course, Time Trail Course (see Annex 2 for detailed course routes) The EUE will be provided by the Supplier from a central facility, where it will be assembled, programmed (in the case of radio terminals), tested and despatched. The EUE will be despatched directly by the supplier to the relevant venue. The Supplier will also perform installation and de-installation works at specified locations for in-vehicle EUE and possibly desktop. For proficiency and efficiency we seek a single supplier to manage the operation accross all sites with appropriate services.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 240
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2017-12-21T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "OfCom approved terminals and associated equipment must be utilised."
},
{
"type": "economic",
"description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Minimum Turnover, Trading Performance and Balance Sheet strength. The above ratios should be calculated on last set of accounts filed at Companies House. For non-UK Companies, ratios should be calculated on information contained in most recent audited accounts. Minimum Turnover Minimum Turnover to be set at GBP 300k. Trading Performance Ratio An overall positive outcome on pre tax profit to Turnover over a 3 year period Exceptional items can be excluded from the calculation. Balance Sheet strength Net worth of the organisation must be positive Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. The following insurances are required for this tender: Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Insurance The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Professional Indemnity The organisation/consultant shall take out and maintain throughout the period of their services and for a further 1 year on completion of the event, Professional Indemnity insurance to the value of a minimum FIVE MILLION (GBP 5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Insurance The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Professional Indemnity The organisation/consultant shall take out and maintain throughout the period of their services and for a further 1 year on completion of the event, Professional Indemnity insurance to the value of a minimum FIVE MILLION (GBP 5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate"
},
{
"type": "technical",
"description": "\"Bidders will be required to provide 2 examples delivered within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in the Scope. Please outline your experience in an event environment (preferably recent multi-sport/multi-venue) similar in scale and complexity to that outlined in the Scope of Works. Your response must include as a minimum details of; the event and duration, number of sports/concurrent events and federations/key stakeholders, sub-contractors and/or other third party suppliers worked with and their role as well as the parameters of the role your organisation delivered specifically. In your response please identify the specific modules delivered, services and support provided that are relevant this Scope of Works. \"",
"minimum": "Bidders must score a minimum threshold of 60% out of the available 100% for the Technical and Professional ability question."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "32230000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the buyers attachments area within the PCS Tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Applicants must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate that is contained within the buyers attachment area within PCS Tender portal. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal. Non Collusion -- Applicants will be required to complete the Non Collusion certificate contained in the buyers attachments area within the PCS Tender portal. The successful supplier will be required to advertise all relevant sub-contracting opportunities within Public Contracts Scotland (PCS) Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9567. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The Community Benefits Menu provides examples of the types of Community Benefits sought through delivery of this council contract. Please review this document when considering any potential Mandatory Non-Evaluated Community Benefits you may wish to offer as part of your contract submission. The Community Benefits Menu can be located in the attachments section of PCS-T. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9567. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The budget for this contract is in the range GBP 140,000 to GBP 190,000 (SC Ref:536416)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000518530"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000518530"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC004480CPU",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "GCC004480CPU",
"awardID": "GCC004480CPU",
"status": "active",
"dateSigned": "2018-02-19T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 223-463913"
}
]
}