Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply & Installation of Vehicle Activated Signs
Reference number
PKC11898
two.1.2) Main CPV code
- 34923000 - Road traffic-control equipment
two.1.3) Type of contract
Supplies
two.1.4) Short 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.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34923000 - Road traffic-control equipment
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 October 2022
End date
31 March 2023
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
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 level(s) of standards possibly required
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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
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 level(s) of standards possibly required
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.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 September 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22001. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement, more information on community benefits can be found in the instructions for tenderers document.
(SC Ref:703175)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
County Building, Tay Street
Perth
PH2 8NL
Country
United Kingdom