Notice Information
Notice Title
Overnight Responder Service
Notice Description
Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractor to provide a software and hardware solution to support the delivery of an overnight response service within Perth City.
Lot Information
Lot 1
Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractor to provide a software and hardware solution to support the delivery an overnight response service within Perth City.
Renewal: Option to extend for up to 12months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000659387
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420792
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract 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
33 - Medical equipments, pharmaceuticals and personal care products
48 - Software package and information systems
85 - Health and social work services
-
- CPV Codes
33190000 - Miscellaneous medical devices and products
33196200 - Devices for the disabled
48000000 - Software package and information systems
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- £50,000 Under £100K
- Lots Value
- £50,000 Under £100K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Jul 20214 years ago
- Submission Deadline
- 10 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PERTH & KINROSS COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- PERTH
- Postcode
- PH1 5PH
- Post Town
- Perth
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Perth and Kinross
- Electoral Ward
- Perth City Centre
- Westminster Constituency
- Perth and Kinross-shire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420792
Overnight Responder Service - Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractor to provide a software and hardware solution to support the delivery of an overnight response service within Perth City.
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-r6ebe6-0000659387-2021-07-09T00:00:00Z",
"date": "2021-07-09T00:00:00Z",
"ocid": "ocds-r6ebe6-0000659387",
"initiationType": "tender",
"parties": [
{
"id": "org-86",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"name": "Alan Burns",
"email": "ABurns@pkc.gov.uk",
"telephone": "+44 1738475000",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.u"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Roads Infrastructure",
"scheme": "COFOG"
}
],
"url": "http://www.pkc.gov.uk"
}
},
{
"id": "org-38",
"name": "Perth Sheriff Court",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"address": {
"streetAddress": "Tay Street",
"locality": "Perth",
"postalCode": "PH2 8NL"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Perth & Kinross Council",
"id": "org-86"
},
"tender": {
"id": "PKC11513",
"title": "Overnight Responder Service",
"description": "Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractor to provide a software and hardware solution to support the delivery of an overnight response service within Perth City.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "33190000",
"scheme": "CPV"
},
{
"id": "33196200",
"scheme": "CPV"
},
{
"id": "85000000",
"scheme": "CPV"
},
{
"id": "48000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Perth City"
},
"deliveryAddresses": [
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 50000,
"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": "2021-08-10T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-08-10T12:00:00Z"
},
"documents": [
{
"id": "JUL420792",
"documentType": "contractNotice",
"title": "Overnight Responder Service",
"description": "Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractor to provide a software and hardware solution to support the delivery of an overnight response service within Perth City.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420792",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractor to provide a software and hardware solution to support the delivery an overnight response service within Perth City.",
"status": "active",
"value": {
"amount": 50000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for up to 12months"
}
}
],
"bidOpening": {
"date": "2021-08-10T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A"
},
{
"type": "economic",
"description": "4B.4 Bidders will be required to provide confirmation within the tender submission that the stated financial ratio tests for the last two financial years are met: 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: The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent. The bidder must 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",
"minimum": "4B.4 Current Ratio it is expected that the ratio is equal to or greater than 1 for both financial years, i.e. Current Assets will equal or exceed Current Liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. - Net Assets (Net Worth) it is expected that the Net Worth for both financial years will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. 4B.5.1 -Employer's (Compulsory) Liability Insurance = 10,000,000 GBP -Public Liability Insurance = 5,000,000 GBP -Professional Indemnity 1,000,000 http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "Technical and Professional Ability Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies. Examples should include delivery of hardware and software pertaining to a video response service. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent. The bidder must 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",
"minimum": "The bidder must have the following: a. A documented policy regarding quality management. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. g. A documented process demonstrating how the bidder deals with complaints. Health and Safety Procedures 3. The bidder must 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, 4a the bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. 4b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. 4c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. 4d. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work of which the organisation is likely to bid. 4e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder's workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid. 4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. 4g. Documented arrangements for involving the bidder's workforce in the planning and implementation of H&S measures. 4h. Documented procedures for recording accidents/incidents and undertaking follow-up action."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2021-11-08T00:00:00Z"
}
},
"classification": {
"id": "33190000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19106. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Suppliers will be required to answer a question advising what Community Benefits they will deliver as part of the contract. (SC Ref:659387)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000659387"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}