Award

Door access and time management system

RENFREWSHIRE COUNCIL

This public procurement record has 3 releases in its history.

Award

28 Oct 2019 at 00:00

TenderUpdate

10 Jul 2019 at 00:00

Tender

26 Jun 2019 at 00:00

Summary of the contracting process

Renfrewshire Council is currently engaged in a public procurement process for a "Door access and time management system". The procurement falls under the services category and aims to enhance controlled access across various Council buildings throughout Renfrewshire, UK. The process is currently in the Tender stage, with the submission deadline extended to 12 noon on 6th August 2019. The Council plans to award the contract in October 2019, with the implementation of the new system required by 1st April 2020.

This tender presents excellent opportunities for companies specialising in security systems, software development, and integrated solutions. Businesses that can provide customized ID card systems, flexible working software, and hardware installation will be particularly well-suited to compete for this contract. Given the substantial estimated value of £1.2 million over the contract duration, suppliers who can demonstrate quality, adaptability, and compliance with the Council's requirements are encouraged to participate.

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

Door access and time management system

Notice Description

Renfrewshire Council seeks a Contractor to provide a single integrated secure door access and time management system. A high-level description of the requirements is detailed below (but not limited to): - Secure controlled door entry at various Council buildings throughout Renfrewshire enabling traceability of employees; - Software system that will allow for a complete flexible working system for all employees and record time and attendance; - Provide ID cards that can be customised and will enable employees to access the building; - Multiple ways of clocking in and out - Works - Provide and install hardware and software for the system proposed; - Cloud hosted system; - Integration with the Council system The contract has been split into 3 lots however the Council will award 1 lot to a Contractor who can fulfil all requirements for software (Services) and Works. It is anticipated that the contract will be awarded October 2019 and the new system must be implemented before 01/04/2020

Lot Information

Lot 2 - Option 2

Replace card readers and door controllers only. Allow for replacement of associated control wiring to these. Each Door will require an independent 230 V power supply, and RJ45 data point and connection to existing fire alarm interface unit and these should be installed where not existing. The Contractor will supply, support and maintain all door access components (for clarification this includes Card Reader, Maglock, Concentrator, 'Push to Exit' Button, Emergency Egress button and Isolator Key switch) and door access cabling. The fire alarm and 230V power supply and data cabling will be maintained by another Council Contractor. The Contractor is to remove all redundant wiring and associated equipment. Full specification can be found in the tender documents in supplier attachment area within PCS Tender site for each lot. The weightings for Lot 2 are Quality 70% / Price 30% full breakdown of the quality can be found in the ITT document in supplier attachment area PCS Tender site.

Options: The proposed system will need to be flexible and scalable, to meet demand and changing business needs. Aspects of the software i.e licences will vary depending on users. The integration with Business World is also optional. The hardware will also be subject to change due to changes in the Council building estate, changes to locations and equipment being obsolete.

Renewal: The Contract will be for 7 years with the option to extend for up to a further 2 x 12 months and a further 12 month period, subject to satisfactory operation and performance by the Contractor. Any extension will be at the sole discretion of Renfrewshire Council.

Lot 3 - option 3

Card readers and door Controllers replaced only. Retain and connect to existing wiring Inc. Fire alarm interface unit, 230v power supply and RJ45 data point. The Contractor will supply, support and maintain all door access components (for clarification this includes Card Reader, Maglock, Concentrator, 'Push to Exit' Button, Emergency Egress button and Isolator Key switch) and door access cabling. The fire alarm and 230V power supply and data cabling will be maintained by another Council Contractor. The full specification is detailed in the tender documents in the supplier attachment area in PCS Tender site for each lot. The weightings for Lot 3 are Quality 70% / Price 30% full breakdown of the quality can be found in the ITT document in supplier attachment area in PCS Tender site.

Options: The proposed system will need to be flexible and scalable, to meet demand and changing business needs. Aspects of the software i.e licences will vary depending on users. The integration with Business World is also optional. The hardware will also be subject to change due to changes in the Council building estate, changes to locations and equipment being obsolete.

Renewal: The Contract will be for 7 years with the option to extend for up to a further 2 x 12 months then a further 12 month period, subject to satisfactory operation and performance by the Contractor. Any extension will be at the sole discretion of Renfrewshire Council.

Lot 1 - Option 1

Lot 1 - All Components to be replaced (this includes Card Reader, Maglock, Concentrator, 'Push to Exit' Button, Emergency Egress button and Isolator Key switch) and associated control wiring to these. Allow for final connections to existing fire alarm interface, power supply and ICT data points. Each door will require an independent 230V power supply, and RJ45 data point and connection to existing fire alarm interface unit should be installed where not existing. The Contractor will supply, support and maintain all components and associated door control cabling. The fire alarm and 230V power supply and data cabling will be maintained by another Council Contractor. The Contractor is to remove all redundant wiring and associated equipment. The full specification is detailed in the tender documents in the supplier attachment area in PCS Tender site under each lot. The weightings for Lot 1 are Quality 70% / Price 30% full breakdown of the quality can be found in the ITT document in supplier attachment area in PCS Tender site.

Options: The proposed system will need to be flexible and scalable, to meet demand and changing business needs. Aspects of the software i.e licences will vary depending on users. The integration with Business World is also optional. The hardware will also be subject to change due to changes in the Council building estate, changes to locations and equipment being obsolete.

Renewal: the contract is for a period of 7 years with an option to extend for a further 2 x 12 months then a further 12 months period subject to satisfactory operation and performance by the Contractor. Any extension will be at the sole discretion of Renfrewshire Council.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000587251
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT370452
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

31 - Electrical machinery, apparatus, equipment and consumables; lighting

35 - Security, fire-fighting, police and defence equipment

42 - Industrial machinery


CPV Codes

31711300 - Electronic timekeeping systems

35125200 - Time control system or working time recorder

42961100 - Access control system

Notice Value(s)

Tender Value
£800,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Oct 20196 years ago
Submission Deadline
29 Jul 2019Expired
Future Notice Date
Not specified
Award Date
28 Oct 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
Anticipated 2028

Notice Status

Tender Status
Unsuccessful
Lots Status
Unsuccessful
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Gillian Gordon
Contact Email
gillian.gordon@renfrewshire.gov.uk
Contact Phone
+44 1416187043

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=JUN358774
    Door access and time management system - Renfrewshire Council seeks a Contractor to provide a single integrated secure door access and time management system. A high-level description of the requirements is detailed below (but not limited to): - Secure controlled door entry at various Council buildings throughout Renfrewshire enabling traceability of employees; - Software system that will allow for a complete flexible working system for all employees and record time and attendance; - Provide ID cards that can be customised and will enable employees to access the building; - Multiple ways of clocking in and out - Works - Provide and install hardware and software for the system proposed; - Cloud hosted system; - Integration with the Council system The contract has been split into 3 lots however the Council will award 1 lot to a Contractor who can fulfil all requirements for software (Services) and Works. It is anticipated that the contract will be awarded October 2019 and the new system must be implemented before 01/04/2020
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT370452
    Door access and time management system - Renfrewshire Council seeks a Contractor to provide a single integrated secure door access and time management system. A high-level description of the requirements is detailed below (but not limited to): - Secure controlled door entry at various Council buildings throughout Renfrewshire enabling traceability of employees; - Software system that will allow for a complete flexible working system for all employees and record time and attendance; - Provide ID cards that can be customised and will enable employees to access the building; - Multiple ways of clocking in and out - Works - Provide and install hardware and software for the system proposed; - Cloud hosted system; - Integration with the Council system The contract has been split into 3 lots however the Council will award 1 lot to a Contractor who can fulfil all requirements for software (Services) and Works. It is anticipated that the contract will be awarded October 2019 and the new system must be implemented before 01/04/2020

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-r6ebe6-0000587251-2019-10-28T00:00:00Z",
    "date": "2019-10-28T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000587251",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-4",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Gillian Gordon",
                "email": "gillian.gordon@renfrewshire.gov.uk",
                "telephone": "+44 1416187043",
                "url": "https://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-5",
            "name": "Please see V1.4.3",
            "identifier": {
                "legalName": "Please see V1.4.3"
            },
            "address": {
                "locality": "Please see V1.4.3"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-10",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Gillian Gordon",
                "email": "gillian.gordon@renfrewshire.gov.uk",
                "telephone": "+44 1416187043",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-25",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Gillian Gordon",
                "email": "gillian.gordon@renfrewshire.gov.uk",
                "telephone": "+44 1416187043",
                "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.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-26",
            "name": "Please see V1.4.3",
            "identifier": {
                "legalName": "Please see V1.4.3"
            },
            "address": {
                "locality": "Please see V1.4.3"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-25"
    },
    "tender": {
        "id": "RC-CPU-18-270",
        "title": "Door access and time management system",
        "description": "Renfrewshire Council seeks a Contractor to provide a single integrated secure door access and time management system. A high-level description of the requirements is detailed below (but not limited to): - Secure controlled door entry at various Council buildings throughout Renfrewshire enabling traceability of employees; - Software system that will allow for a complete flexible working system for all employees and record time and attendance; - Provide ID cards that can be customised and will enable employees to access the building; - Multiple ways of clocking in and out - Works - Provide and install hardware and software for the system proposed; - Cloud hosted system; - Integration with the Council system The contract has been split into 3 lots however the Council will award 1 lot to a Contractor who can fulfil all requirements for software (Services) and Works. It is anticipated that the contract will be awarded October 2019 and the new system must be implemented before 01/04/2020",
        "status": "unsuccessful",
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "31711300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35125200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42961100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Renfrewshire Area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "31711300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35125200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42961100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Renfrewshire Area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "31711300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35125200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42961100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Renfrewshire area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-07-29T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-07-29T12:30:00Z"
        },
        "documents": [
            {
                "id": "JUN358774",
                "documentType": "contractNotice",
                "title": "Door access and time management system",
                "description": "Renfrewshire Council seeks a Contractor to provide a single integrated secure door access and time management system. A high-level description of the requirements is detailed below (but not limited to): - Secure controlled door entry at various Council buildings throughout Renfrewshire enabling traceability of employees; - Software system that will allow for a complete flexible working system for all employees and record time and attendance; - Provide ID cards that can be customised and will enable employees to access the building; - Multiple ways of clocking in and out - Works - Provide and install hardware and software for the system proposed; - Cloud hosted system; - Integration with the Council system The contract has been split into 3 lots however the Council will award 1 lot to a Contractor who can fulfil all requirements for software (Services) and Works. It is anticipated that the contract will be awarded October 2019 and the new system must be implemented before 01/04/2020",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN358774",
                "format": "text/html"
            },
            {
                "id": "OCT370452",
                "documentType": "awardNotice",
                "title": "Door access and time management system",
                "description": "Renfrewshire Council seeks a Contractor to provide a single integrated secure door access and time management system. A high-level description of the requirements is detailed below (but not limited to): - Secure controlled door entry at various Council buildings throughout Renfrewshire enabling traceability of employees; - Software system that will allow for a complete flexible working system for all employees and record time and attendance; - Provide ID cards that can be customised and will enable employees to access the building; - Multiple ways of clocking in and out - Works - Provide and install hardware and software for the system proposed; - Cloud hosted system; - Integration with the Council system The contract has been split into 3 lots however the Council will award 1 lot to a Contractor who can fulfil all requirements for software (Services) and Works. It is anticipated that the contract will be awarded October 2019 and the new system must be implemented before 01/04/2020",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT370452",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "2",
                "title": "Lot 2 - Option 2",
                "description": "Replace card readers and door controllers only. Allow for replacement of associated control wiring to these. Each Door will require an independent 230 V power supply, and RJ45 data point and connection to existing fire alarm interface unit and these should be installed where not existing. The Contractor will supply, support and maintain all door access components (for clarification this includes Card Reader, Maglock, Concentrator, 'Push to Exit' Button, Emergency Egress button and Isolator Key switch) and door access cabling. The fire alarm and 230V power supply and data cabling will be maintained by another Council Contractor. The Contractor is to remove all redundant wiring and associated equipment. Full specification can be found in the tender documents in supplier attachment area within PCS Tender site for each lot. The weightings for Lot 2 are Quality 70% / Price 30% full breakdown of the quality can be found in the ITT document in supplier attachment area PCS Tender site.",
                "status": "unsuccessful",
                "options": {
                    "description": "The proposed system will need to be flexible and scalable, to meet demand and changing business needs. Aspects of the software i.e licences will vary depending on users. The integration with Business World is also optional. The hardware will also be subject to change due to changes in the Council building estate, changes to locations and equipment being obsolete."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for 7 years with the option to extend for up to a further 2 x 12 months and a further 12 month period, subject to satisfactory operation and performance by the Contractor. Any extension will be at the sole discretion of Renfrewshire Council."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "As per procurement doc",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - option 3",
                "description": "Card readers and door Controllers replaced only. Retain and connect to existing wiring Inc. Fire alarm interface unit, 230v power supply and RJ45 data point. The Contractor will supply, support and maintain all door access components (for clarification this includes Card Reader, Maglock, Concentrator, 'Push to Exit' Button, Emergency Egress button and Isolator Key switch) and door access cabling. The fire alarm and 230V power supply and data cabling will be maintained by another Council Contractor. The full specification is detailed in the tender documents in the supplier attachment area in PCS Tender site for each lot. The weightings for Lot 3 are Quality 70% / Price 30% full breakdown of the quality can be found in the ITT document in supplier attachment area in PCS Tender site.",
                "status": "unsuccessful",
                "options": {
                    "description": "The proposed system will need to be flexible and scalable, to meet demand and changing business needs. Aspects of the software i.e licences will vary depending on users. The integration with Business World is also optional. The hardware will also be subject to change due to changes in the Council building estate, changes to locations and equipment being obsolete."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for 7 years with the option to extend for up to a further 2 x 12 months then a further 12 month period, subject to satisfactory operation and performance by the Contractor. Any extension will be at the sole discretion of Renfrewshire Council."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "As per procurement doc",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                }
            },
            {
                "id": "1",
                "title": "Lot 1 - Option 1",
                "description": "Lot 1 - All Components to be replaced (this includes Card Reader, Maglock, Concentrator, 'Push to Exit' Button, Emergency Egress button and Isolator Key switch) and associated control wiring to these. Allow for final connections to existing fire alarm interface, power supply and ICT data points. Each door will require an independent 230V power supply, and RJ45 data point and connection to existing fire alarm interface unit should be installed where not existing. The Contractor will supply, support and maintain all components and associated door control cabling. The fire alarm and 230V power supply and data cabling will be maintained by another Council Contractor. The Contractor is to remove all redundant wiring and associated equipment. The full specification is detailed in the tender documents in the supplier attachment area in PCS Tender site under each lot. The weightings for Lot 1 are Quality 70% / Price 30% full breakdown of the quality can be found in the ITT document in supplier attachment area in PCS Tender site.",
                "status": "unsuccessful",
                "options": {
                    "description": "The proposed system will need to be flexible and scalable, to meet demand and changing business needs. Aspects of the software i.e licences will vary depending on users. The integration with Business World is also optional. The hardware will also be subject to change due to changes in the Council building estate, changes to locations and equipment being obsolete."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "the contract is for a period of 7 years with an option to extend for a further 2 x 12 months then a further 12 months period subject to satisfactory operation and performance by the Contractor. Any extension will be at the sole discretion of Renfrewshire Council."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "As per procurement doc",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2019-07-29T12:30:00Z",
            "address": {
                "streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley"
            },
            "description": "The tender documents will be opened in line with the Council Standing order relating to contracts"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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: * Employers liability - statutory minimum 5m GBP, each and every claim * Public and products liability - minimum 2m GBP, each and every claim * Professional indemnity - minimum 2m GBP, each and every claim (however we can accept cover in the aggregate so long as at least one automatic annual reinstatement of this sum is permitted within the policy year) * please also submit evidence of statutory third party motor vehicle insurance by way of a valid MV certificate in the company name, OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes. * Contractors all risk - 250,000 GBP each and every claim Please note tenderers are required to have minimum Dun and Bradstreet (D&B) failure score of 20",
                    "minimum": "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 either 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. Tenderers who fail to meet the minimum requirements noted above following evaluation, will be deemed as non compliant and may be excluded from the tender process."
                },
                {
                    "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 ESPD (Scotland). Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-12-24T00:00:00Z"
            }
        },
        "classification": {
            "id": "35125200",
            "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": true,
        "recurrence": {
            "description": "Anticipated 2028"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-11",
                "description": "The submission deadline for the door access and time management system has been extended to 12 noon on the 6th August 2019.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2019-07-29T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-08-06T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-12-24T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-01-06T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.6",
                            "label": "Minimum time frame during which the tenderer must maintain the tender"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-07-29T12:30:00Z"
                        },
                        "newValue": {
                            "date": "2019-08-06T12:30:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "1. The specification for software for this project can be located in ITT Document within the supplier attachment area in PCS Tender. 2. The specificaiton for the Works for each lot is located within the relevant lot folder within the supplier attachment area in PCS Tender. 3. The full breakdown of the quality scoring can be located in the ITT Document in PCS Tender Documents to be submitted as part of the tenderers submission: 4. S7 Declaration; complete the document, this document is attached within the commercial envelope. 5. A completed copy of the Supporting Documents (sdocs) uploaded within the general attachments area in PCS Tender Portal. Please note that documents must be signed by an authorised signatory. Request for Documentation. The Council will request the following documentation once all bids have been received: 6. Evidence of your company's insurance certificates detailing the required level of insurance's as per the levels stated within this Contract Notice and ESPD (Scotland). 7. A completed Health and Safety Questionnaire. This document is contained within the general attachments area in PCS Tender Portal. 8. Data Processing Agreement document. The successful Contractor will be required to sign a copy of the data processing agreement on award. 9. Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts. 10. 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. Please see the ITT in PCS-Tender project relevant to this procurement and the other Procurement Documents for further information. 11. The value stated in the Contract Notice is rough estimate for the overall contract period for Service and Works (including extension periods). The Service (software element) is estimated at 400,000 GBP for the duration of the contract. The Works value, 800,000 GBP for the duration of the contract. This value is estimated if Option 1 is identified as best value to the Council. (SC Ref:602339)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000587251"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000587251"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000587251"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "RC-CPU-18-270",
            "title": "Lot 1 - Option 1",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 124-303060"
        }
    ]
}