Notice Information
Notice Title
Parking Meters
Notice Description
Renfrewshire Council wishes to upgrade all of its pay and display parking meters within its local government boundary. The number of meters to be replaced totals 187. An additional 7 new pay and display parking meters are also required. The existing meters service car parks and on-street parking across Renfrewshire. Consultation is also taking place on introducing pay and display parking meters into the towns of Renfrew and Johnstone and this contract will cover the supply of pay and display parking meters to these areas should the decision to proceed be taken.
Lot Information
Lot 1
Renfrewshire Council wishes to upgrade all of its pay and display parking meters within its local government boundary. The number of meters to be replaced totals 187. An additional 7 new pay and display parking meters are also required. The existing meters service car parks and on-street parking across Renfrewshire. Consultation is also taking place on introducing pay and display parking meters into the towns of Renfrew and Johnstone and this contract will cover the supply of pay and display parking meters to these areas should the decision to proceed be taken.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000544812
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323908
- 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
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
51 - Installation services (except software)
-
- CPV Codes
34996300 - Control, safety or signalling equipment for parking facilities
38700000 - Time registers and the like; parking meters
38730000 - Parking meters
38731000 - Token meters
51214000 - Installation services of parking meter equipment
Notice Value(s)
- Tender Value
- £1,400,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Jul 20187 years ago
- Submission Deadline
- 11 Jul 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Jul 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Judith Hume
- Contact Email
- joanna.lindsay@renfrewshire.gov.uk, judith.hume@renfrewshire.gov.uk
- Contact Phone
- +44 1416, +44 1416186400
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321533
Parking Meters - Renfrewshire Council wishes to upgrade all of its pay and display parking meters within its local government boundary. The number of meters to be replaced totals 187. An additional 7 new pay and display parking meters are also required. The existing meters service car parks and on-street parking across Renfrewshire. Consultation is also taking place on introducing pay and display parking meters into the towns of Renfrew and Johnstone and this contract will cover the supply of pay and display parking meters to these areas should the decision to proceed be taken. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323908
Parking Meters - Renfrewshire Council wishes to upgrade all of its pay and display parking meters within its local government boundary. The number of meters to be replaced totals 187. An additional 7 new pay and display parking meters are also required. The existing meters service car parks and on-street parking across Renfrewshire. Consultation is also taking place on introducing pay and display parking meters into the towns of Renfrew and Johnstone and this contract will cover the supply of pay and display parking meters to these areas should the decision to proceed be taken.
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-r6ebe6-0000544812-2018-07-02T00:00:00Z",
"date": "2018-07-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000544812",
"initiationType": "tender",
"parties": [
{
"id": "org-2",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Judith Hume",
"email": "judith.hume@renfrewshire.gov.uk",
"telephone": "+44 1416",
"faxNumber": "+44 1416",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-61",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-25",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "joanna.lindsay@renfrewshire.gov.uk",
"telephone": "+44 1416186400",
"faxNumber": "+44 1416187050",
"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.renfrewshire.gov.uk"
}
},
{
"id": "org-80",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-25"
},
"tender": {
"id": "RC-CPU-17-194",
"title": "Parking Meters",
"description": "Renfrewshire Council wishes to upgrade all of its pay and display parking meters within its local government boundary. The number of meters to be replaced totals 187. An additional 7 new pay and display parking meters are also required. The existing meters service car parks and on-street parking across Renfrewshire. Consultation is also taking place on introducing pay and display parking meters into the towns of Renfrew and Johnstone and this contract will cover the supply of pay and display parking meters to these areas should the decision to proceed be taken.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "38731000",
"scheme": "CPV"
},
{
"id": "34996300",
"scheme": "CPV"
},
{
"id": "51214000",
"scheme": "CPV"
},
{
"id": "38730000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1400000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2018-07-11T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-07-11T12:00:00Z"
},
"documents": [
{
"id": "JUN321533",
"documentType": "contractNotice",
"title": "Parking Meters",
"description": "Renfrewshire Council wishes to upgrade all of its pay and display parking meters within its local government boundary. The number of meters to be replaced totals 187. An additional 7 new pay and display parking meters are also required. The existing meters service car parks and on-street parking across Renfrewshire. Consultation is also taking place on introducing pay and display parking meters into the towns of Renfrew and Johnstone and this contract will cover the supply of pay and display parking meters to these areas should the decision to proceed be taken.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321533",
"format": "text/html"
},
{
"id": "JUL323908",
"documentType": "awardNotice",
"title": "Parking Meters",
"description": "Renfrewshire Council wishes to upgrade all of its pay and display parking meters within its local government boundary. The number of meters to be replaced totals 187. An additional 7 new pay and display parking meters are also required. The existing meters service car parks and on-street parking across Renfrewshire. Consultation is also taking place on introducing pay and display parking meters into the towns of Renfrew and Johnstone and this contract will cover the supply of pay and display parking meters to these areas should the decision to proceed be taken.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323908",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Renfrewshire Council wishes to upgrade all of its pay and display parking meters within its local government boundary. The number of meters to be replaced totals 187. An additional 7 new pay and display parking meters are also required. The existing meters service car parks and on-street parking across Renfrewshire. Consultation is also taking place on introducing pay and display parking meters into the towns of Renfrew and Johnstone and this contract will cover the supply of pay and display parking meters to these areas should the decision to proceed be taken.",
"status": "cancelled",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-07-11T12:00:00Z",
"address": {
"streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley PA1 1JB"
},
"description": "Tenders will be opened in accordance with Council's Standing Orders"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"performanceTerms": "Tenderers shall refer to Appendix 6 - Conditions of Contract and Appendix 7 - Appendix to the Conditions of Contract included with the Invitation to Tender."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"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 Statement for 4A.1: 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. Statement for 4A.2: Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
},
{
"type": "economic",
"description": "Statement for 4B.1.1: Bidders will be required to have a minimum \"general\" yearly turnover of 2,500,000 GBP for the last 2 years. Statement for 4B.3: Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Statement for 4B.5.1: 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: Statement for 4B.6: The Council will use Dun and Bradstreet (D&B) to assist in its determination of the organisations financial status and risk. It is recommended that Tenderers review their own D&B Failure Score in advance of submitting their Tender Submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the Tenderer should attach a document to this section giving a detailed explanation, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract or contracts of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum D&B Failure Score (or equivalent) as a company, in order to progress to stage two of the evaluation they must provide as part of their tender submission, written confirmation from an authorised signatory of the parent company, that a parent company guarantee will be provided within two weeks of request. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation",
"minimum": "For 4B.5.1: Employers' (Compulsory) Liability Insurance statutory minimum 5,000,000 GBP each and every claim Public and Products Liability Insurance minimum 5,000,000 GBP each and every claim but in the aggregate for products Professional Indemnity Insurance minimum 5,000,000 GBP each and every claim but cover in the aggregate will be accepted so long as at least one automatic annual reinstatement of this sum is permitted within the policy terms Statutory third party motor vehicle cover - a valid MV certificate in the company name, or, where there is no company fleet but employees use their own vehicles, a letter signed by a person of appropriate authority confirming that the company has ongoing arrangements in place to ensure that their employees' vehicles are appropriately insured and maintained for business purposes. http://www.hse.gov.uk/pubns/hse40.pdfhttp://www.hse.gov.uk/pubns/hse40.pdf For 4B.6: Tenderers must achieve a D&B failure score of 20 or above to pass this section. The Council may undertake supplementary investigations to establish if the D&B failure score is a reflection of the current financial stability of the Tenderer; the outcome of such investigations will influence if a Tenderer is deemed to meet the minimum requirements to pass this bid selection stage in terms of their financial stability for the purposes of this contract. The Tenderer will be notified if supplementary investigations into the financial stability are being undertaken. Where the Tenderer intends to sub-contract more than 25% of any Contract value to a single sub-contractor, the Tenderer must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractors last 2 financial years' audited accounts and details of significant changes since the last financial year end. The Council also reserves the right to reject the use of sub-contractors in relation to the Contract where they fail to meet the Council's minimum financial criteria."
},
{
"type": "technical",
"description": "Statement for 4C.1.2: Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the supplies/services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.2: Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Statement for 4C.9: Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Statement for 4C.11: Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity: The bidder must confirm that they will provide certificates of authenticity where required. Statement for 4C.12: Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards: If this cannot be provided, bidders will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). Please refer to these statements when completing section 4D of the ESPD (Scotland): Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which 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, and 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. Bidders will be required to confirm that they 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 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). Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR have a regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).",
"minimum": "For 4C.12: Payment Card Industry PIN Transaction Security (PCI PTS). Tenderers shall provide a Certificate or Statement of Attestation that their PCI compliance is either a level 1 or level 2. The vault and housing shall be compliant with EN14450 - Secure Storage Units. Data in transit shall be protected by the most up-to-date version of Transfer Layer Security (TLS) 1.2 or Secure Sockets Layer (SSL). Compliance with all current European and local legislation in respect of vending machines and all electrical safety regulations and any other laws pertaining to such installations. Tenderers shall refer to Appendix 1 - ICT Requirements and Appendix 2 - CSP Response Form of the Invitation to Tender for full details of the minimum standards relating to ICT and Cyber Security."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2018-12-07T00:00:00Z"
}
},
"classification": {
"id": "38700000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session",
"hasRecurrence": false
},
"language": "EN",
"description": "Request for Documentation: The Council will request the following documentation once all bids have been received: 1 Evidence of your company's insurance certificates detailing the required level of insurances as per the levels stated within this Site Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area. 2 Tenderers are required to submit S7 Declaration as part of their tender submission. The document is attached within the Commercial Envelope. 3 A completed copy of the Supporting Documents uploaded within the general attachments area in Public Contract Scotland Tender Portal, please note that documents must be signed by an authorised signatory. The Supporting Documents include: -Agreement to S1 Equalities Questionnaire -Agreement to S2 Equalities Declaration -Agreement to S3 Tender Compliance Certificate -Agreement to S4 No Collusion Certificate -Agreement to S5 Prompt Payment Certificate -Agreement to S6 Details of Proposed Registered Waste Carriers -Agreement to S8 Scorecard -Agreement to S9 List of Proposed Sub Contractors -Agreement to S10 Parent Company Guarantee -Agreement to S14 Destruction of Personal or Sensitive Personal Information Certificate -Agreement to Data Processor Agreement 4 Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts. (SC Ref:548742)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000544812"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000544812"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC-CPU-17-194",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 108-245492"
}
]
}