Supply VMS System to Scottish Environment Protection Agency
Maintenance of Hardware/Software Including Supply and Commissioning of New Equipment.
United Kingdom-Stirling: Variable message signs
2019/S 125-305863
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Strathallan House, Castle Business Park
Stirling
FK9 4TZ
United Kingdom
Telephone: +44 1786457700
E-mail: fiona.kemp@sepa.org.uk
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11302
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
VMS System — Maintenance of Hardware/Software Including Supply and Commissioning of New Equipment
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
— provide new software for the control of the existing network of VMS,
— maintain that software and the existing network of VMS,
— provide the necessary equipment to allow SEPA to replace some of the existing network of VMS over the life of the contract,
— perform on site commissioning checks on installed VMS minimum of 3 weeks prior to the start of the bathing water sampling season (15th May),
— provide maintenance support for VMS and software during the bathing water season (1st June to 15th September).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Bathing Water Site at beaches throughout Scotland.
II.2.4)Description of the procurement:
SEPA wishes to appoint a contractor to carry out the maintenance of existing bathing waters VMS signs, together with the supply and commission of new signs, as and when required.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for 2 periods of 1 year each.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
N/a.
III.1.2)Economic and financial standing
4B.1.1 Bidders will be required to have a minimum ‘general’ yearly turnover of 950 000 GBP for the last 3 years.
4B.1.3 If the relevant documentation is available electronically, please indicate.
4B.2.1 Bidders will be required to have a minimum ‘specific’ yearly turnover of 950 000 GBP for the last 3 years.
4B.2.3 If the relevant documentation is available electronically, please indicate:
4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading;
4B.4 Bidders will be required to state the value for the following financial ratios:
— acid test ratio,
— net profit/net sales ration,
— net capital employed.
4B.4.1 If the relevant documentation is available electronically, please indicate:
4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
— employer’s (compulsory) liability insurance = 5 000 000 GBP,
— public liability insurance = 5 000 000 GBP,
— professional indemnity insurance = 1 000 000 GBP,
— product liability insurance = 5 000 000 GBP.
4B5.3 If the relevant documentation is available electronically, please indicate.
Acid test ratio: the bidder must have a score greater than 1.
Net profit/net sales: the bidder must score a positive figure.
Net capital employed: the bidder must score a positive figure.
Employer’s (compulsory) liability insurance = 5 000 000 GBP.
Public liability insurance = 5 000 000 GBP.
Professional indemnity insurance = 1 000 000 GBP.
Product liability insurance = 5 000 000 GBP.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
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=589070
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.
(SC Ref:589070)
VI.4.1)Review body
Strathallan House, Castle Business Park
Stirling
FK9 4TZ
United Kingdom
Telephone: +44 1786457700Internet address: http://www.sepa.org.uk
VI.5)Date of dispatch of this notice: