Notice Information
Notice Title
Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID)
Notice Description
Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID).
Lot Information
Lot 1
Traffic Equipment Maintenance, Supply, Installation and Design. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: For a period of 2 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000611085
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403316
- 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
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45316210 - Installation of traffic monitoring equipment
45316212 - Installation of traffic lights
50232200 - Traffic-signal maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £21,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £20,780,803 £10M-£100M
Notice Dates
- Publication Date
- 23 Dec 20205 years ago
- Submission Deadline
- 13 Jul 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Dec 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- If the full contract is utilised then the retender is estimated for 2027/2028.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- claire.connell@glasgow.gov.uk, corporate.procurement@west-dunbarton.gov.uk
- Contact Phone
- +44 1389737000, +44 1412876403
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)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- West Dunbartonshire
- Electoral Ward
- Dumbarton
- Westminster Constituency
- West Dunbartonshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386899
Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID) - Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403316
Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID) - Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID).
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-r6ebe6-0000611085-2020-12-23T00:00:00Z",
"date": "2020-12-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000611085",
"initiationType": "tender",
"parties": [
{
"id": "org-19",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "claire.connell@glasgow.gov.uk",
"telephone": "+44 1412876403",
"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.glasgow.gov.uk"
}
},
{
"id": "org-20",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "Corporate.Procurement@west-dunbarton.gov.uk",
"telephone": "+44 1389737000"
},
"roles": [
"buyer"
]
},
{
"id": "org-21",
"name": "Glasgow Sherif Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sherif Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO Box 23 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"url": "http://www.glasgow.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-38",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "claire.connell@glasgow.gov.uk",
"telephone": "+44 1412876403",
"url": "http://"
},
"roles": [
"buyer"
],
"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-39",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "Corporate.Procurement@west-dunbarton.gov.uk",
"telephone": "+44 1389737000"
},
"roles": [
"buyer"
]
},
{
"id": "org-40",
"name": "Siemens Mobility Limited",
"identifier": {
"legalName": "Siemens Mobility Limited"
},
"address": {
"streetAddress": "Euston House, 24 Eversholt Street",
"locality": "London",
"region": "UK",
"postalCode": "NW1 1AD"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-41",
"name": "Glasgow Sherif Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sherif Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO Box 23 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-38"
},
"tender": {
"id": "GCC004915CPU",
"title": "Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID)",
"description": "Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID).",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50232200",
"scheme": "CPV"
},
{
"id": "45316212",
"scheme": "CPV"
},
{
"id": "45316210",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow and West Dunbartonshire"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-07-13T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-07-13T12:00:00Z"
},
"documents": [
{
"id": "MAY386899",
"documentType": "contractNotice",
"title": "Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID)",
"description": "Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386899",
"format": "text/html"
},
{
"id": "DEC403316",
"documentType": "awardNotice",
"title": "Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID)",
"description": "Traffic Equipment Maintenance, Supply, Installation and Design (TEMSID).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403316",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Traffic Equipment Maintenance, Supply, Installation and Design. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Contract Delivery",
"description": "65"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "For a period of 2 years"
}
}
],
"bidOpening": {
"date": "2020-07-13T12:00:00Z",
"address": {
"streetAddress": "UK, Glasgow"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Please refer to the ITT document."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Bidders must comply with the undernoted financial requirements in relation to Minimum Turnover, Trading Performance, Liquidity and Balance Sheet Strength in order to participate in the tendering process:- -Minimum Turnover Applicants require a Minimum Turnover level of 6.5m GBP -Trading Performance Ratio An overall positive outcome on pre-tax profit over a 3 year period. Exceptional items occurring in the normal course of business can be excluded from calculation. -Liquidity Ratios Current Ratio - Current Assets/Current Liabilities Leverage Ratio - Long-term Debt/Net Worth Applicants must achieve a score of 5 and above from a combination of above two liquidity ratios. Scoring Method Current Ratio Range Score 0.00 to 0.80 0 0.81 to 0.90 1 0.91 to 1.00 2 1.01 to 1.10 3 1.11 to 1.20 4 1.21 and above 5 Leverage Ratio 0.01 to 19.99 5 20.00 to 39.99 4 40.00 to 59.99 3 60.00 to 79.99 2 80.00 to 100.00 1 Intangibles can be included for purposes of the Net Worth figure. -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. The above ratios and minimum turnover requirements should be calculated on last set of accounts filed at Companies House. For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts. Applicants who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period in during 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. Where the applicant is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. The Council's Insurance Requirements are: - -idder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period. -Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. -Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and in the aggregate. -Bidder shall take out and maintain, throughout the period of the contract, Contract Works insurance to the value of each project. -Bidder shall take out and maintain throughout the period of their services and for a further 3 years on completion of their service, Professional Indemnity insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and in the aggregate."
},
{
"type": "technical",
"description": "ESPD 4C.1.2 Statement 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 and as further detailed in the ITT Please provide 2 relevant project examples carried out during the last three years as specified within the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided) ESPDS Statement: - Please note that we are allowing examples carried out during the last five years instead of three years as stipulated in the online ESPDS question. At least one example should be within the last 3 years and ideally, one example should be from the public sector. As part of your response please provide as a minimum of the following information: -name of the client, budget, programme duration & completion date -name(s) of key sub-consultants and / or specialist sub-consultants -a brief project description, together with the teams' role in its delivery; defining the key roles over the service provision -how project constraints and challenges were addressed and how project objectives were met ESPD 4C.8.1 Statement Bidders will be required to confirm their average annual manpower for the last three years. ESPD 4C.8.2 Statement Bidders will be required to confirm the number of managerial staff for the last three years. ESPD 4C.9 Statement 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."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "50232200",
"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": true,
"recurrence": {
"description": "If the full contract is utilised then the retender is estimated for 2027/2028."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Economic operators may be excluded from this procurement if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Information regarding the European Single Procurement document and contracting authority specific requirements can all be found in the Supplier Guidance Document, which is located in the Buyers Attachment area of Public Contracts Scotland Tender (PCS-T). ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; bidders should hold the relevant certificates for Quality Control, if bidders do not hold the relevant certificates, they will be required to respond to supporting questions as detailed at the Request for Documentation. Health and Safety - Bidders must complete the H&S questionnaire as part of their submission. The H&S Questionnaire will be evaluated as pass or fail. If required at the Request for Documentation Stage, supporting documentation will be requested. Please refer to the ITT document - TEMSID for information on the evaluation process. Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Bidders 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 (NB the council does not bind itself to withhold this information). Tenderers Amendments - Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment - The successful bidder shall, as a condition of being awarded the tender, be required to demonstrate to the councils satisfaction that all funds due to the tenderers permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by sub-contractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful bidder shall also impose this condition on its sub-contractors in respect of payments due to any sub sub-contractors, if any. Bidders will be required to complete the prompt payment certificate. Non Collusion - Bidders will be required to complete the Non Collusion certificate. Insurance Mandate - Successful bidders will be required to sign an Insurance Mandate contained in the Buyers Attachments area within PCS-T, authorising the council to request copies of insurance documents from the bidders 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 - These are located within the attachments area within PCS-T. Additional information pertaining to this contract notice is contained within the ITT and ESPD statements documents situated within the 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 ITT exercise. The project code is 15280. For more information see: - http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?=2343 (SC Ref:639733)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611085"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611085"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC004915CPU",
"suppliers": [
{
"id": "org-40",
"name": "Siemens Mobility Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "GCC004915CPU",
"awardID": "GCC004915CPU",
"status": "active",
"value": {
"amount": 20780803,
"currency": "GBP"
},
"dateSigned": "2020-12-18T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 100-243237"
}
],
"bids": {
"statistics": [
{
"id": "67",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "68",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "69",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "70",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "71",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}