TAYSIDE PROCUREMENT CONSORTIUM has floated a tender for Contract notice: Real-time passenger information system. The project location is United Kingdom and the tender is closing on 06 Sep 2018. The tender notice number is 344673-2018, while the TOT Ref Number is 25633727. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Real-time passenger information system

Deadline : 06 Sep 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 25633727

Document Ref. No. : 344673-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : TAYSIDE PROCUREMENT CONSORTIUM
Office Name: Tayside Procurement Consortium
Address: Fairmuir Depot, 365 Clepington Road
Town: Dundee
Postal Code: DD8 3DZ
Contact Point: Julie Thompson

Phone: +44 1382834072
United Kingdom
Email :tayside.procurement@dundeecity.gov.uk
URL :http://www.taysideprocurement.gov.uk

Tender Details

Object of the contract
Real-time passenger information system

Description: Contract notice: Real-time passenger information system

Authority Type: Regional or local authority
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 48813200, 48813200, 48813200
CPV Description: Real-time passenger information system.

Real Time Passenger Information Systems Upgrade and Maintenance

Reference Number : TPC/RealTime/18/11

Tayside Procurement Consortium (TPC) is seeking to appoint suitably qualified and experienced Contractor to supply, upgrade/install, integrate, commission, test and maintain systems and infrastructure relating to the provision of RTPI (across Tayside).

Main Site : Tayside Region

An invitation to tender is extended to Contractors who meet the 'Selection Criteria' mentioned in Section III and VI of this Notice to submit a tender for the Provision of a Real Time Passenger Information System Upgrade and Maintenance.

The tenderer is enrolled in the relevant professional or trade registers kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015).

Eg in the UK, the economic operator may be requested to provide a certificate from the Registrar stating that he is certified as incorporate or registered or, where he is not so certified, a certificate stating that the person concerned has declared an oath that he is engaged in the profession in a specific place under a business name. Tenderers should refer to Schedule 5 of the Public Contracts (Scotland, Regulations 2015), and where applicable provide equivalent registration.

To provide us with the confidence that the supplier can deliver the requirements of the contract, the following financial indicators will be used based on your last 2 years audited accounts:

Bidders will be required to provide/state the value(s) for the following financial ratio(s):

— Net profit in at least one of the previous 2 years and if there has been a loss in one of these then the bidder must provide an explanation of the specific circumstances leading to the loss/there must be an exceptional item explaining this detailed in the accounts (if an audit is required),

— Current ratio greater than one in at least one of the 2 financial years,

— Positive shareholders funds/positive partners' capital accounts/positive owners equity (whichever is applicable to the type of company) in both of the financial years,

— Unqualified audit report (if an audit is required).

(a) New Businesses

With reference to the economic and financial standing criteria above, as an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence:

(i) A business plan for a minimum 3 year trading period setting out projected annual average turnover of no less than the threshold stated above;

(ii) A statement of whether or not any full audited accounts are available for any years' trading to date (if any audit is required) and copies of those accounts;

(iii) audited or unaudited accounts (if the company has no legal audit requirement), and

(iv) a letter of support for the bidder's bank setting out the level of financial support available to the business from the bank and for how long that is available.

A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what information, such as a business plan for the period 1.4.2018 31.3.2021, was considered by the bank in deciding to make that support available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all Questionnaire responses so the provision of as much information as possible is encouraged.

(b) Parent company guarantee — With reference to the economic and financial standing criteria above, the Purchaser reserves the right in its sole discretion to waive these minimum requirements in the case of bidders who are able to offer the Purchaser adequate substitute surety to our entire satisfaction. By way of example only (but without limitation), adequate substitute surety may be an unqualified guarantee for the performance of the bidder's entire obligations under the contract to follow on this process by a parent or associated company established in the UK and which parent or associated company does meet the minimum requirements set out in these criteria.

In addition to the validation of information provided in the response to the ESPD, the Purchaser will require details of a minimum 2 year's financial accounts, including both Profit and Loss Statement and Balance Sheet and evidence of valid Insurance Certification prior to any contract award, save that information provided by new businesses will be required and assessed as appropriate.

Prior to any contract award, save that information provided by new businesses will be required and assessed as appropriate.

INSURANCES

Contractor must hold: Employer's Liability for not less than 10 000 000 GBP, Public Liability to a minimum amount of 5 000 000 GBP, Professional Indemnity to a minimum amount of 5 million GBP and Product Liability to a minimum amount of 2 000 000 GBP for each and every incident or accident and unlimited in respect of the Contract.

CONTRACT CONDITIONS (Clause 'Z22) sets outs Low Performance Damages conditions.

Response and Repair Times (Clause '6.7' of Technical Specification).

Bidder Exclusion.

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.

Sub Contracting

The tenderer must ensure that a separate ESPD response (Sections A and B of Part III) for any proposed sub-contractor.

Community Benefits

Community Engagement Activities have been specified.

E-Procurement

The successful Contractor will require to adapt to the Employer/Purchaser's requirements (electronic ordering/invoices and payment).

The Buyer is using PCS-Tender to conduct this tender exercise. The Project code is 11553.

Pre-tender Engagement Event/Information

All information shared during the pre-tender stage is included in the Notice 2017/S 192-393523.

TENDER EVALUATION

The tender evaluation methodology detailing the criteria and weightings can be found in the 'TPC1811 Evaluation Guidance' document within PCST. The scoring range is detailed in the 'TPC1811 Evaluation Guidance' document which is located with the PCST Project 11553.

Tenderers should demonstrate their proposed system to the evaluation panel as per the demonstration schedule below.

TENDER EVALUATION (DEMONSTRATION)

The estimated dates for the demonstration (as part of the tender evaluation process) are: 24, 25, 26.10.2018.

— Tenderers should ensure that their Key Personnel are available for the demonstration. No more than 3 people can attend,

— All communication shown at the demonstration must be run over a 3 party GPRS network

— All demonstrations should be demonstrated on the same system with the same logon used in test (1)

— Demonstrations will be recorded. Whilst individuals will not be filmed the onscreen demonstration will be recorded as will all audio. Bidders may also be asked to confirm points mentioned at the Demonstration, subsequently in writing,

— To ensure transparency and the fair treatment of Tenderers, a time limit has been set for each group of tests. The time set is applicable to the section as a whole; it is down to the Tenderer how long they spend on each individual test but all tests should be completed within the time allowance. If an individual test requirement cannot be demonstrated within this time limit, a score of 0 will be awarded for the individual demonstration element.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11553. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract 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:

Community Engagement

(SC Ref:552529)


Internet address (URL): http://www.taysideprocurement.gov.uk

Documents

 Tender Notice