Notice Information
Notice Title
Traffic Signals Planned and Unplanned Inspection and Maintenance
Notice Description
Renfrewshire Council have awarded a contract to carry out planned and unplanned inspection and maintenance of traffic control equipment located in the Renfrewshire Council area for a period of 4 years.
Lot Information
Lot 1
Renfrewshire Council have awarded a contract to carry out planned and unplanned inspection and maintenance of traffic control equipment located in the Renfrewshire Council area for a period of 4 years.
Renewal: This contract will be re-tendered closer to the date of the expiry date.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000607605
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR385714
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
-
- CPV Codes
31518000 - Signalling lights
34942000 - Signalling equipment
34996000 - Control, safety or signalling equipment for roads
34996100 - Traffic lights
50000000 - Repair and maintenance services
50232200 - Traffic-signal maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £800,000 £500K-£1M
Notice Dates
- Publication Date
- 22 Apr 20205 years ago
- Submission Deadline
- 5 Feb 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Apr 20205 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
- RENFREWSHIRE COUNCIL
- Contact Name
- Brian Bradley
- Contact Email
- brian.bradley@renfrewshire.gov.uk
- Contact Phone
- +44 1416185638
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=DEC375844
Traffic Signals Planned and Unplanned Inspection and Maintenance - Renfrewshire Council require a suitably qualified contractor to carry out planned and unplanned inspection and maintenance of traffic control equipment located in the Renfrewshire Council area for a period of 4 years. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR385714
Traffic Signals Planned and Unplanned Inspection and Maintenance - Renfrewshire Council have awarded a contract to carry out planned and unplanned inspection and maintenance of traffic control equipment located in the Renfrewshire Council area for a period of 4 years.
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-r6ebe6-0000607605-2020-04-22T00:00:00Z",
"date": "2020-04-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000607605",
"initiationType": "tender",
"parties": [
{
"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": "Brian Bradley",
"email": "brian.bradley@renfrewshire.gov.uk",
"telephone": "+44 1416185638",
"faxNumber": "+44 1416187050",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"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-11",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-75",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Brian Bradley",
"email": "brian.bradley@renfrewshire.gov.uk",
"telephone": "+44 1416185638",
"faxNumber": "+44 1416187050",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-76",
"name": "Dynniq UK Ltd",
"identifier": {
"legalName": "Dynniq UK Ltd"
},
"address": {
"streetAddress": "Hazelwood House, Lime Tree Way, Chineham Business Park",
"locality": "Basingstoke",
"region": "UK",
"postalCode": "RG248WZ"
},
"contactPoint": {
"telephone": "+44 1618682026"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-77",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-75"
},
"tender": {
"id": "RC-CPU-19-173",
"title": "Traffic Signals Planned and Unplanned Inspection and Maintenance",
"description": "Renfrewshire Council have awarded a contract to carry out planned and unplanned inspection and maintenance of traffic control equipment located in the Renfrewshire Council area for a period of 4 years.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "34996100",
"scheme": "CPV"
},
{
"id": "50232200",
"scheme": "CPV"
},
{
"id": "31518000",
"scheme": "CPV"
},
{
"id": "34942000",
"scheme": "CPV"
},
{
"id": "34996000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2020-02-05T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-02-05T12:30:00Z"
},
"documents": [
{
"id": "DEC375844",
"documentType": "contractNotice",
"title": "Traffic Signals Planned and Unplanned Inspection and Maintenance",
"description": "Renfrewshire Council require a suitably qualified contractor to carry out planned and unplanned inspection and maintenance of traffic control equipment located in the Renfrewshire Council area for a period of 4 years.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375844",
"format": "text/html"
},
{
"id": "APR385714",
"documentType": "awardNotice",
"title": "Traffic Signals Planned and Unplanned Inspection and Maintenance",
"description": "Renfrewshire Council have awarded a contract to carry out planned and unplanned inspection and maintenance of traffic control equipment located in the Renfrewshire Council area for a period of 4 years.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR385714",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Renfrewshire Council have awarded a contract to carry out planned and unplanned inspection and maintenance of traffic control equipment located in the Renfrewshire Council area for a period of 4 years.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "50%"
},
{
"type": "price",
"description": "50%"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "This contract will be re-tendered closer to the date of the expiry date."
}
}
],
"bidOpening": {
"date": "2020-02-05T12:30:00Z",
"address": {
"streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley."
},
"description": "Tenders will be opened in accordance with the Councils Standing Orders"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"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 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": "Please refer to these statements when completing section 4B of the ESPD (Scotland): Statement for 4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of 400,000 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 shall 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.",
"minimum": "For 4B.5.2: Employer's (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 = 5,000,000 GBP each and every claim with no bodily injury exclusion Statutory third party motor vehicle cover - evidenced by way of a valid MV certificate in the company name and additionally evidence that cover is unlimited in respect of injury/death and 5,000,000 GBP for property damage. http://www.hse.gov.uk/pubns/hse40.pdf For 4B.6: Tenderers must evidence a good credit rating as well as meeting the turnover requirements shown above. 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": "Please refer to these statements when completing section 4C of the ESPD (Scotland): Statement for 4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Statement for 4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years. Statement for 4C.8.2 Bidders will be required to confirm their and the number of managerial staff for the last three years. 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: 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": "Part 4C.6 and Part 4C.6.1 Bidders must confirm that their staff involved in the delivery of this contract will hold the appropriate qualifications. These are: -that all staff being deployed in delivery of the Contract shall have been assessed and accredited through the Highway Electrical Competency Scheme, Sector 8 and can satisfy the electricity services provider's requirements for G39 certification; - That Maintenance Engineers shall be trained in electrical installation/electronic engineering/or electrical servicing to City and Guilds level or equivalent and have a minimum of 3 years experience in traffic signal maintenance together with an understanding of associated system including urban traffic control systems. -Technicians and Trainee Engineers shall be trained or following a training programme designed to achieve the qualifications required of a Maintenance Engineer as well as covering all aspects of traffic signal design, installation, maintenance, equipment and associated systems. -The traffic management safety officer shall possess broad experience of the highways construction industry as well as a detailed knowledge of the temporary traffic management industry. They shall have a full understanding of the signing requirements and the correct operations of signals and the likely consequences if they are improperly set. For 4C.6.1 - That supervisors, or anyone deputising for a supervisor, shall be qualified in electrical engineering and have a minimum of 5 years relevant management/supervisory experience in an electrical engineering/maintenance/installation organisation preferably in the traffic signals field; Bidders unable to demonstrate compliance with the above statement will have their tender rejected."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-07-03T00:00:00Z"
}
},
"classification": {
"id": "50000000",
"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,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 248-614592"
}
],
"description": "(SC Ref:620323)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607605"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607605"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC-CPU-19-173",
"suppliers": [
{
"id": "org-76",
"name": "Dynniq UK Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-19-173",
"awardID": "RC-CPU-19-173",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2020-04-21T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "126",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "127",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "128",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "129",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "130",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}