Tender

Overnight Responder Service

PERTH & KINROSS COUNCIL

This public procurement record has 1 release in its history.

Tender

09 Jul 2021 at 00:00

Summary of the contracting process

Perth & Kinross Council is seeking to appoint a qualified contractor for the "Overnight Responder Service" project, which aims to provide a software and hardware solution to facilitate an overnight response service within Perth City. This open procurement process is currently at the tender stage, with submissions due by 10th August 2021. The total contract value is £50,000, and bidders are encouraged to submit their proposals electronically through the designated platform. Interested parties should note that the bid opening will occur on the same date as the submission deadline.

This tender presents significant opportunities for businesses specialising in technology and service delivery, particularly those with experience in providing hardware and software solutions for emergency response systems. Companies with established compliance with quality standards, health, and safety regulations, and those who can demonstrate relevant technical and professional capability are particularly well-placed to compete. Additionally, bidders should be prepared to showcase potential community benefits as part of their proposal, thus enhancing their competitive edge in this opportunity.

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

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

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

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

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-r6ebe6-0000659387-2021-07-09T00:00:00Z",
    "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"
}