Award

Supply & Installation of Vehicle Activated Signs

PERTH & KINROSS COUNCIL

This public procurement record has 2 releases in its history.

Award

02 Nov 2022 at 00:00

Tender

12 Aug 2022 at 00:00

Summary of the contracting process

The Perth & Kinross Council has issued a tender for the Supply & Installation of Vehicle Activated Signs. The procurement stage is currently active with a tender value of £300,000. The deadline for submission is set for 14th September 2022. The contracting authority is seeking qualified contractors to install speed indicator signs across the Perth and Kinross Council area located in the UK.

This tender opportunity presents a chance for businesses experienced in installing vehicle activated signs on public roads, particularly those with experience working with Local Authorities. The emphasis on quality and technical compliance, including requirements for professional indemnity and liability insurance, makes this contract suitable for contractors with a strong financial standing and experience in delivering similar projects. The electronic submission method and community benefit aspects further enhance the opportunities for businesses looking to expand their presence in the road infrastructure construction sector.

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

Supply & Installation of Vehicle Activated Signs

Notice Description

Perth and Kinross Council ("PKC") are seeking to appoint a suitably qualified and experienced Contractor to supply and install a number of speed indicator vehicle activated signs throughout the Perth and Kinross Council area.

Lot Information

Lot 1

Perth and Kinross Council ("PKC") are seeking to appoint a suitably qualified and experienced Contractor to supply and install a number of speed indicator vehicle activated signs throughout the Perth and Kinross Council area.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000703175
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463218
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award 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

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34923000 - Road traffic-control equipment

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
£300,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Nov 20223 years ago
Submission Deadline
14 Sep 2022Expired
Future Notice Date
Not specified
Award Date
2 Nov 20223 years ago
Contract Period
17 Oct 2022 - 31 Mar 2023 1-6 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
PERTH & KINROSS COUNCIL
Contact Name
Jillian Ferguson
Contact Email
bwatt@pkc.gov.uk, jillianferguson@pkc.gov.uk
Contact Phone
+44 1738475000, +44 1738477291

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

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-r6ebe6-0000703175-2022-11-02T00:00:00Z",
    "date": "2022-11-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000703175",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-83",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH"
            },
            "contactPoint": {
                "email": "bwatt@pkc.gov.uk",
                "telephone": "+44 1738475000",
                "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.pkc.gov.uk"
            }
        },
        {
            "id": "org-84",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "County Building, Tay Street",
                "locality": "Perth",
                "postalCode": "PH2 8NL"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-261",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH"
            },
            "contactPoint": {
                "name": "Jillian Ferguson",
                "email": "jillianferguson@pkc.gov.uk",
                "telephone": "+44 1738477291",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Construction (road infrastructure)",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.pkc.gov.uk"
            }
        },
        {
            "id": "org-263",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, Tay Street",
                "locality": "Perth",
                "postalCode": "PH2 8NL"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Perth & Kinross Council",
        "id": "org-261"
    },
    "tender": {
        "id": "PKC11898",
        "title": "Supply & Installation of Vehicle Activated Signs",
        "description": "Perth and Kinross Council (\"PKC\") are seeking to appoint a suitably qualified and experienced Contractor to supply and install a number of speed indicator vehicle activated signs throughout the Perth and Kinross Council area.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "34923000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 300000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-09-14T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-09-14T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG456219",
                "documentType": "contractNotice",
                "title": "Supply & Installation of Vehicle Activated Signs",
                "description": "Perth and Kinross Council (\"PKC\") are seeking to appoint a suitably qualified and experienced Contractor to supply and install a number of speed indicator vehicle activated signs throughout the Perth and Kinross Council area.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG456219",
                "format": "text/html"
            },
            {
                "id": "NOV463218",
                "documentType": "awardNotice",
                "title": "Supply & Installation of Vehicle Activated Signs",
                "description": "Perth and Kinross Council (\"PKC\") are seeking to appoint a suitably qualified and experienced Contractor to supply and install a number of speed indicator vehicle activated signs throughout the Perth and Kinross Council area.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463218",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Perth and Kinross Council (\"PKC\") are seeking to appoint a suitably qualified and experienced Contractor to supply and install a number of speed indicator vehicle activated signs throughout the Perth and Kinross Council area.",
                "status": "cancelled",
                "value": {
                    "amount": 300000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2022-10-17T00:00:00Z",
                    "endDate": "2023-03-31T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2022-09-14T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Economic and Financial Standing 4B.4 Bidders will be required to state the values for the following for the last two financial years: 1. Current Ratio (Current Assets divided by Current Liabilities) 2. Net Assets (Net Worth) (value per the Balance Sheet) 4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract, the following types of insurance: Professional Indemnity Insurance Employers Liability Insurance Public Liability Insurance",
                    "minimum": "4B.4 Financial Ratios The acceptable range is: 1.Current Ratio - it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities for both years. 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. 2. Net Assets (Net Worth) - it is expected that the Net Worth will be positive, i.e. a Net Assets position for both years. 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 Level of Insurance Professional Indemnity Insurance in the sum of GBP2,000,000 for any one occurrence or series of occurrences arising out of one event. Employers Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event. Public Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event."
                },
                {
                    "type": "technical",
                    "description": "4C1.2 Bidders will be required to provide examples of previous contracts delivered. 4C.10 Bidders will be required to confirm whether they intend to subcontract 4C.12 Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the technical specifications or standards given. 4D.1 Quality Management Procedures 4D.1 Health & Safety Procedures 4D.2 Environmental Management",
                    "minimum": "4C1.2 The examples should include but not limited to evidence of installing vehicle activated signs on the public road network, experience with speed indicator vehicle activated signs and examples of working with Local Authorities. 4C.10 Bidders to confirm what proportion of the contract will be sub-contracted. 4C.12 All equipment exposed to the elements must be IP65 rated. Any equipment which is housed within the support column, or the column base must be IP54 rated. Equipment should be registered with Traffic Open Products and Specifications (TOPAS). All sign face material shall be class RA2 HIP and must meet BS EN 12899-1:2007. Comply with Traffic Signs Regulations and General Directions 2016 (TSRGD) Schedule 16. 4D.1 Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document. HEALTH AND SAFETY PROCEDURES 1. 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, 2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in section 10 of the Instructions for Tenderers document. 4d.2 ENVIRONMENTAL MANAGEMENT 1 The Bidder must 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 2. The bidder must be able to provide documented evidence of their Environmental Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "34923000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:712140)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000703175"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000703175"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PKC11898",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2022/S 000-022271"
        }
    ]
}