Tender

Supply & Installation of Vehicle Activated Signs

  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2022/S 000-022271

Procurement identifier (OCID): ocds-h6vhtk-035b51

Published 12 August 2022, 11:39am



Section one: Contracting authority

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Email

bwatt@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

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