{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000547252-2018-12-05T00:00:00Z",
    "date": "2018-12-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000547252",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-7",
            "name": "Stirling Council",
            "identifier": {
                "legalName": "Stirling Council"
            },
            "address": {
                "streetAddress": "Strategic Procurement, Old Viewforth",
                "locality": "Stirling",
                "region": "UKM77",
                "postalCode": "FK8 2ET"
            },
            "contactPoint": {
                "email": "procurement@stirling.gov.uk",
                "telephone": "+44 1786233384",
                "url": "https://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.stirling.gov.uk/procurement"
            }
        },
        {
            "id": "org-47",
            "name": "Stirling Council",
            "identifier": {
                "legalName": "Stirling Council"
            },
            "address": {
                "streetAddress": "Strategic Procurement, Old Viewforth",
                "locality": "Stirling",
                "region": "UKM77",
                "postalCode": "FK8 2ET"
            },
            "contactPoint": {
                "email": "leishmanj@stirling.gov.uk",
                "telephone": "+44 1786233384",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.stirling.gov.uk/procurement"
            }
        }
    ],
    "buyer": {
        "name": "Stirling Council",
        "id": "org-47"
    },
    "tender": {
        "id": "SC1718-0079",
        "title": "Vehicle Telematics",
        "description": "Fleet services are looking to procure a Vehicle Telematics system to support the efficient delivery of all Council services that utilise vehicles, plant and equipment by enabling the service area to have visibility of and be able to monitor and track all fleet related activity. The system is required to monitor driver behaviour, vehicle utilisation, and vehicle traceability and be able to identify driving offences. This would allow fleet services to put in place any further measures relating to improving driver behaviour, reducing fuel consumption and provide evidence to support and challenge any third party claims.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50111100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42961300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38112100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32531000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50111110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Stirling Council regional area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2018-07-30T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-07-30T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN323622",
                "documentType": "contractNotice",
                "title": "Vehicle Telematics",
                "description": "Fleet services are looking to procure a Vehicle Telematics system to support the efficient delivery of all Council services that utilise vehicles, plant and equipment by enabling the service area to have visibility of and be able to monitor and track all fleet related activity. The system is required to monitor driver behaviour, vehicle utilisation, and vehicle traceability and be able to identify driving offences. This would allow fleet services to put in place any further measures relating to improving driver behaviour, reducing fuel consumption and provide evidence to support and challenge any third party claims.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323622",
                "format": "text/html"
            },
            {
                "id": "DEC339139",
                "documentType": "awardNotice",
                "title": "Vehicle Telematics",
                "description": "Fleet services are looking to procure a Vehicle Telematics system to support the efficient delivery of all Council services that utilise vehicles, plant and equipment by enabling the service area to have visibility of and be able to monitor and track all fleet related activity. The system is required to monitor driver behaviour, vehicle utilisation, and vehicle traceability and be able to identify driving offences. This would allow fleet services to put in place any further measures relating to improving driver behaviour, reducing fuel consumption and provide evidence to support and challenge any third party claims.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC339139",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Fleet services are looking to procure a Vehicle Telematics system to support the efficient delivery of all Council services that utilise vehicles, plant and equipment by enabling the service area to have visibility of and be able to monitor and track all fleet related activity. The system is required to monitor driver behaviour, vehicle utilisation, and vehicle traceability and be able to identify driving offences. This would allow fleet services to put in place any further measures relating to improving driver behaviour, reducing fuel consumption and provide evidence to support and challenge any third party claims.",
                "status": "cancelled",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two 12 month extension options."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Product Requirements/Fitness for Purpose",
                            "description": "9"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                }
            }
        ],
        "bidOpening": {
            "date": "2018-07-30T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Part IV: Selection criteria - D: Question 4D.1 - Bidders must have documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), Please see Tender documents for further information."
                },
                {
                    "type": "economic",
                    "description": "-Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1.2 - Tenderers are required to have a minimum \"general\" annual turnover of 450,000GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement. -Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: -Liquidity ratio for Current Year -Liquidity ratio for Prior Year The formula for calculating a Tenderer's liquidity ratio is (current assets - stock or work in progress) divided by current liabilities. This is commonly known as the 'Acid Test Ratio'. The acceptable range for each financial ratio is greater than 0.8. Where a Tenderer's Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. -Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - 10m GBP b. Public Liability Insurance - 5m GBP Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition"
                },
                {
                    "type": "technical",
                    "description": "Part IV: Selection criteria - D: Question 4D.1 - Bidders must have documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), Please see Tender documents for further information."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-12-28T00:00:00Z"
            }
        },
        "classification": {
            "id": "50111100",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Part III: Section A, B, C & D - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015 [for above OJEU threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below OJEU threshold). (SC Ref:566615)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000547252"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000547252"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "SC1718-0079",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 123-278899"
        }
    ]
}