{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-042b49-2024-04-16T15:52:50+01:00",
    "date": "2024-04-16T15:52:50+01:00",
    "ocid": "ocds-h6vhtk-042b49",
    "description": "(SC Ref:763976)",
    "initiationType": "tender",
    "tender": {
        "id": "PKC12659",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PKC12659 Supply of LED Lanterns",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "31500000",
            "description": "Lighting equipment and electric lamps"
        },
        "mainProcurementCategory": "goods",
        "description": "Perth and Kinross Council presently operates and maintains 25,000 street lighting lanterns as part of the lighting asset. Non LED lanterns are inefficient and expensive to maintain. The contract needs to deliver 2500 LED lanterns programmed for replacement in 2024/2025. The contract is for supply only.",
        "value": {
            "amount": 237500,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Perth and Kinross Council presently operates and maintains 25,000 street lighting lanterns as part of the lighting asset. Non LED lanterns are inefficient and expensive to maintain. The contract needs to deliver 2500 LED lanterns programmed for replacement in 2024/2025. The contract is for supply only. Additional information: Supply only contract for 1 year.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 237500,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "deliveryLocation": {
                    "description": "Perth & Kinross Council Area"
                },
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31527210",
                        "description": "Lanterns"
                    }
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.4 The Bidder 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: Employer's 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 Level of Insurance Employer's 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C: Quality Control 4D.1: Quality Management Procedures 4D.1: Health & Safety Procedures 4D.2: Environmental Management Standards",
                    "minimum": "4C: All products will be provided with signed declarations of conformity and certificates for ENEC compliance and EMC Directive compliance. The luminaire shall be fully ROSHH compliant. 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. 4D.1 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 Standards 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 Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-02-09T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-05-09T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2024-02-09T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-02-09T12:00:00Z",
            "address": {
                "streetAddress": "Perth"
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1263",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Scott Denyer",
                "telephone": "+44 1738475000",
                "email": "sdenyer@pkc.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.pkc.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Traffic Management"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4111",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "Tay Street",
                "locality": "Perth",
                "postalCode": "PH2 8NL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-111032",
            "name": "James M Anderson Ltd",
            "identifier": {
                "legalName": "James M Anderson Ltd"
            },
            "address": {
                "streetAddress": "1 law place",
                "locality": "East Kilbride",
                "region": "UK",
                "postalCode": "G74 4QQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1355590800",
                "faxNumber": "+44 1355231748"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1263",
        "name": "Perth & Kinross Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000754433"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "012401-2024-PKC12659-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-111032",
                    "name": "James M Anderson Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "012401-2024-PKC12659-1",
            "awardID": "012401-2024-PKC12659-1",
            "status": "active",
            "value": {
                "amount": 220255,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-11T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            }
        ]
    }
}