Notice Information
Notice Title
Provision of CATV System
Notice Description
Glasgow City Council invites Tender bids for the Provision of a CATV Service for competition and non-competition venues of the Glasgow 2018 European Championships. The Contract is expected to run for 5 months with no option to extend the contract. This procurement will be conducted via the Public Contracts Scotland Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.
Lot Information
Lot 1
Glasgow 2018 European Championships is seeking to engage with an experienced supplier who can demonstrate an appropriate level of knowledge and experience in providing a turnkey solution for a CATV system for competition and non-competition venues of the Glasgow 2018 European Championships. The supplier must design, supply, install, test, maintain and removal of system and any related AV equipment. The duration of the contract will be 5 months.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000530307
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321807
- 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
32000000 - Radio, television, communication, telecommunication and related equipment
32412000 - Communications network
32520000 - Telecommunications cable and equipment
Notice Value(s)
- Tender Value
- £200,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Jun 20187 years ago
- Submission Deadline
- 9 Apr 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Jun 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Unsuccessful
- Lots Status
- Unsuccessful
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Sandra MacLennan
- Contact Email
- sandra.maclennan@glasgow.gov.uk
- Contact Phone
- +44 1412879587
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
- TLM82 Glasgow City
-
- 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=MAR312773
Provision of CATV System - Glasgow City Council invites Tender bids for the Provision of a CATV Service for competition and non-competition venues of the Glasgow 2018 European Championships. The Contract is expected to run for 5 months with no option to extend the contract. This procurement will be conducted via the Public Contracts Scotland Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321807
Provision of CATV System - Glasgow City Council invites Tender bids for the Provision of a CATV Service for competition and non-competition venues of the Glasgow 2018 European Championships. The Contract is expected to run for 5 months with no option to extend the contract. This procurement will be conducted via the Public Contracts Scotland Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.
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-r6ebe6-0000530307-2018-06-08T00:00:00Z",
"date": "2018-06-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000530307",
"initiationType": "tender",
"parties": [
{
"id": "org-62",
"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": "Sandra MacLennan",
"email": "sandra.maclennan@glasgow.gov.uk",
"telephone": "+44 1412879587",
"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-50",
"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": "Sandra MacLennan",
"email": "sandra.maclennan@glasgow.gov.uk",
"telephone": "+44 1412879587",
"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-50"
},
"tender": {
"id": "GCC004074CPU",
"title": "Provision of CATV System",
"description": "Glasgow City Council invites Tender bids for the Provision of a CATV Service for competition and non-competition venues of the Glasgow 2018 European Championships. The Contract is expected to run for 5 months with no option to extend the contract. This procurement will be conducted via the Public Contracts Scotland Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
"status": "unsuccessful",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "32412000",
"scheme": "CPV"
},
{
"id": "32520000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 200000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-04-09T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-04-09T12:00:00Z"
},
"documents": [
{
"id": "MAR312773",
"documentType": "contractNotice",
"title": "Provision of CATV System",
"description": "Glasgow City Council invites Tender bids for the Provision of a CATV Service for competition and non-competition venues of the Glasgow 2018 European Championships. The Contract is expected to run for 5 months with no option to extend the contract. This procurement will be conducted via the Public Contracts Scotland Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR312773",
"format": "text/html"
},
{
"id": "JUN321807",
"documentType": "awardNotice",
"title": "Provision of CATV System",
"description": "Glasgow City Council invites Tender bids for the Provision of a CATV Service for competition and non-competition venues of the Glasgow 2018 European Championships. The Contract is expected to run for 5 months with no option to extend the contract. This procurement will be conducted via the Public Contracts Scotland Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321807",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Glasgow 2018 European Championships is seeking to engage with an experienced supplier who can demonstrate an appropriate level of knowledge and experience in providing a turnkey solution for a CATV system for competition and non-competition venues of the Glasgow 2018 European Championships. The supplier must design, supply, install, test, maintain and removal of system and any related AV equipment. The duration of the contract will be 5 months.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "unsuccessful",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 150
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-04-09T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not Applicable to this procurement exercise."
},
{
"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. Financial requirements should be calculated on latest filed accounts with Company House. For Non-UK Companies, ratios should be calculated on information contained in most recent audited accounts. Minimum Turnover is set at twice contract value. Trading Performance Ratio:- An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover. 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. Insurances: The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liabilty 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. The organisation/consultant shall take out and maintain throughout the period of their services Public 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. The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. 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. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to the ESPDS that the specified insurance will be obtained.",
"minimum": "As above."
},
{
"type": "technical",
"description": "Bidders will be required to provide two relevant examples that outline your recent record of accomplishment in delivering relevant solutions within tight budgets and timeframes, that is described in section II.2.4 (multi-sport and/or multi-venue. Your response must include, as a minimum, details indicating: - The event and duratio, number of sports an/or venues - Sub-Contractors and/or other third party suppliers worked with and their role. - The parameters of the role your organisation specifically delivered.",
"minimum": "Bidders must score a minimum threshold of 60% out of the available 100% for the Technical and Professional ability question."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "32000000",
"scheme": "CPV"
},
"reviewDetails": "Glasgow City Council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"hasRecurrence": false
},
"language": "EN",
"description": "The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required. Please refer to the ESPD Statements Document which can be found in the suppliers attachment area on PCST. Health & Safety -- the H&S Questionnaire is contained in the attachments section of PCS-T. Applicants must complete the H&S Questionnaire as part of their submission. Responses to the H&S Questionnaire will be evaluated as pass or fail. 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 they 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. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal 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. Additional information pertaining to this contract notice is contained in the Invitation to Tender and ESPD statement documents situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 10220 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 (SC Ref:546120)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000530307"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000530307"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC004074CPU",
"status": "unsuccessful",
"statusDetails": "unsuccessful",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 047-103394"
}
]
}