{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000537903-2018-07-18T00:00:00Z",
    "date": "2018-07-18T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000537903",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-31",
            "name": "West Lothian Council",
            "identifier": {
                "legalName": "West Lothian Council"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre, Howden South Road",
                "locality": "Livingston",
                "region": "UKM78",
                "postalCode": "EH54 6FF"
            },
            "contactPoint": {
                "name": "Kerr Anderson",
                "email": "cpu.cpu@westlothian.gov.uk",
                "telephone": "+44 1506281814",
                "faxNumber": "+44 1506281325",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.westlothian.gov.uk/article/2468/Contract-Opportunities"
            }
        },
        {
            "id": "org-1",
            "name": "West Lothian Council",
            "identifier": {
                "legalName": "West Lothian Council"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre, Howden South Road",
                "locality": "Livingston",
                "region": "UKM78",
                "postalCode": "EH54 6FF"
            },
            "contactPoint": {
                "name": "Kerr Anderson",
                "email": "cpu.cpu@westlothian.gov.uk",
                "telephone": "+44 1506281814",
                "faxNumber": "+44 1506281325",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.westlothian.gov.uk/article/2468/Contract-Opportunities"
            }
        },
        {
            "id": "org-26",
            "name": "West Lothian Council",
            "identifier": {
                "legalName": "West Lothian Council"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre, Howden South Road",
                "locality": "Livingston",
                "region": "UKM78",
                "postalCode": "EH54 6FF"
            },
            "contactPoint": {
                "name": "Kerr Anderson",
                "email": "cpu.cpu@westlothian.gov.uk",
                "telephone": "+44 1506281814",
                "faxNumber": "+44 1506281325",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.westlothian.gov.uk/article/2468/Contract-Opportunities"
            }
        }
    ],
    "buyer": {
        "name": "West Lothian Council",
        "id": "org-26"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000537903",
        "title": "CC8758 - Road Lighting Apparatus Electrical Testing Framework",
        "description": "West Lothian Council seek to establish a framework agreement contract for the provision of street lighting apparatus testing services for a maximum of four years.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "34928500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34928510",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50232000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM78"
                    },
                    {
                        "region": "UKM78"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 225000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-05-21T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-05-21T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR317191",
                "documentType": "contractNotice",
                "title": "CC8758 - Road Lighting Apparatus Electrical Testing Framework",
                "description": "West Lothian Council seek to establish a framework agreement contract for the provision of street lighting apparatus testing services for a maximum of four years.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR317191",
                "format": "text/html"
            },
            {
                "id": "JUL325817",
                "documentType": "awardNotice",
                "title": "CC8758 - Road Lighting Apparatus Electrical Testing Framework",
                "description": "West Lothian Council seek to establish a framework agreement contract for the provision of street lighting apparatus testing services for a maximum of four years.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL325817",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "West Lothian council seeks to appoint suitably experienced and qualified contractors onto the Road Lighting Apparatus Electrical Testing Framework.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 months extension available."
                }
            }
        ],
        "bidOpening": {
            "date": "2018-05-21T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "West Lothian Council will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 35- (minus) will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 35, the tenderer may be required to submit their last three years accounts. In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3 year period. It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 35) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer's financial status. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee. Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected. With reference to ESPD 4B.5, it is a requirement of the contract that bidders hold or can commit to obtain prior to the commencement of any contract, the types and levels of insurance indicated below: Employers Liability Insurance = 10m GBP Public / Product Liability Insurance = 10m GBP Contractors All Risk Insurance = 225k GBP Valid Motor Vehicle"
                },
                {
                    "type": "technical",
                    "description": "With reference to ESPD question 4C.1; Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice. With reference to ESPD question 4C.1.2; 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. With reference to ESPD question 4C.2; Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. With reference to ESPD question 4C.3; Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice. With reference to ESPD question 4C.4; Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice With reference to ESPD question 4C.6; Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx With reference to ESPD question 4C.7; Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx With reference to ESPD question 4C.8.1; Bidders will be required to confirm their average annual manpower for the last three years. With reference to ESPD question 4C.8.2; Bidders will be required to confirm their and the number of managerial staff for the last three years. With reference to ESPD question 4C.9; 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. With reference to ESPD question 4C.10; Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "classification": {
            "id": "50232100",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "amd-1",
                "description": "Changed to reflect tender closing date as per ITT",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2018-05-21T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-05-22T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2018-05-21T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-05-22T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "With reference to ESPD question 2B; Please return all information for company director. Please see below link to information regarding ESPD question 4D; https://www.westlothian.gov.uk/media/12940/ESPD-Question-4D/pdf/ESPD_4D.pdf The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is itt_19126. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:550799)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000537903"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000537903"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000537903"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ocds-r6ebe6-0000537903-1",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-r6ebe6-0000537903-1",
            "awardID": "ocds-r6ebe6-0000537903-1",
            "status": "active",
            "dateSigned": "2018-06-26T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 077-171821"
        }
    ]
}