Procurement Summary
Country : United Kingdom
Summary : Contract notice: Installation of traffic monitoring equipment
Deadline : 23 May 2019
Other Information
Notice Type : Tender
TOT Ref.No.: 32316249
Document Ref. No. : 177319-2019
Competition : ICB
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Purchaser : THE CITY OF EDINBURGH COUNCIL
Office Name: The City of Edinburgh Council
Address: Waverley Court, 4 East Market Street
Town: Edinburgh
Postal Code: EH8 8BG
Phone: +44 1314693080
United Kingdom
Email :shane.newell@edinburgh.gov.uk
URL :http://www.edinburgh.gov.uk
Tender Details
Object of the contract
Installation of traffic monitoring equipment
Description: Contract notice: Installation of traffic monitoring equipment
Authority Type: Regional or local authority
Contact Nature: Supplies
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 45316210, 45316210, 63712710, 63712100, 48627000, 32324000, 48820000, 34928470, 32000000, 32400000, 45316210, 63712710, 63712100, 48627000, 32324000, 48820000, 34928470, 32000000, 32400000
CPV Description: Installation of traffic monitoring equipment.
Traffic monitoring services.
Bus station services.
Real-time operating system software package.
Televisions.
Servers.
Signage.
Radio, television, communication, telecommunication and related equipment.
Networks.
Bus Station CMS and Bustracker RTPI
Reference Number : CT2119
The City of Edinburgh Council is seeking an organisation to install, maintain and deliver a central management system, bus station infrastructure and on street real time signage.
The City of Edinburgh Council is seeking an organisation to install, maintain and deliver a central management system, bus station infrastructure and on street real time signage.
Part II: Section D — Economic operators must bidders, in so far as they are known, list the subcontractors they propose to use throughout the life of the contract.
Part II: Section D — Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 71 of The Public Contracts (Scotland) Regulations 2015.
Part III: Section A, B, C and D — Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 and 71 of The Public Contracts (Scotland) Regulations 2015.
Part IV: Selection criteria — B: Economic and financial standing — Question 4B.1 — Tenderers are required to have a minimum "general" annual turnover of 607 000 GBP for the last 2 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.
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:
— current ratio for current year: 1, 15
— current ratio for prior year: 1, 15.
The formula for calculating a tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1, 15. Where a tenderer's current 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 — Questions 4B.5 to 4B.6.1 — 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:
— employers (compulsory) liability insurance: 5 000 000 GBP, n
— public liability insurance: 5 000 000 GBP,
— product liability insurance: 5 000 000 GBP.
Where a tenderer does not hold, or commit to obtaining the types and levels of insurance indicated, the Council may exclude the tenderer from the competition.
Part IV: Selection criteria — D: Quality Assurance Schemes and Environmental Management — Question 4D.1 — It is a mandatory requirement that tendering organisations with more than 5 employees have in place a Health and Safety Policy which is approved at a senior level within the organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a bidder does not have a Health and Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
See tender documents. Tenderers should note that although intended to be purchased by the Council, the Council may not purchase all signage within Lot 2.
The complete signage replacement programme is wholly budget dependent and may take many years to deliver and/or may not be replacement of all components listed in 1.2 of Lot 2 specification.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=580618
The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A subcontract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The successful supplier must provide community benefits from a menu of community benefits contained within Appendix 1 — Community Benefits Points System. The combined community benefit(s) points (CBP) value/offer must meet the minimum CBP value requirement associated with the supplier's contract value as shown in table one of Appendix 1 — Community Benefits Points System and below.
Value of Contract/Work Package CBP (Points):
0 to 25 000 GBP -- CBP 5
25 001 to 50 000 GBP -- CBP 10
50 001 to 75 000 GBP -- CBP 15
75 001 to 100 000 GBP -- CBP 20
100 001 to 250 000 GBP -- CBP 25
250 001 to 500 000 GBP -- CBP 35
500 001 to 750 000 GBP -- CBP 50
750 001 to 1 000 000 GBP -- CBP 75
1 000 001 to 2 500 000 GBP -- CBP 100
2 500 001 to 5 000 000 GBP -- CBP 200
5 000 001 to 7 500 000 GBP -- CBP 300
7 500 001 to 10 000 000 GBP -- CBP 400
10 000 001 to 15 000 000 GBP -- CBP 500
15 000 001 to 20 000 000 GBP -- CBP 600
20 000 001 to 25 000 000 GBP -- CBP 700
25 000 001 to 30 000 000 GBP -- CBP 800
(SC Ref:580618)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=580618
Internet address (URL): http://www.edinburgh.gov.uk
Documents
Tender Notice