Manufacture and Supply of Parking Tickets, Printer Rolls, Parking Permits and Vouchers (Ангилья - Тендер #48267747) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 48267747 Дата публикации: 19-11-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Results of the procurement procedure
Section I: Contracting entity I.1) Name and addressesGlasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
UK
Contact person: Fiona McInnes
Telephone: +44 1412876442
E-mail: fiona.mcinnes@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.4) Type of the contracting authorityRegional or local authority
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleManufacture and Supply of Parking Tickets, Printer Rolls, Parking Permits and Vouchers
Reference number: GCC005757CPU
II.1.2) Main CPV code98351110
II.1.3) Type of contractServices
II.1.4) Short descriptionThe council invites tender bids for suitable qualified and experienced applicants to submit bids for the Manufacture and Supply of Parking Tickets, Printer Rolls, Parking Permits and Vouchers.
II.1.6) Information about lotsThis contract is divided into lots: Yes
II.1.7) Total value of the procurementValue excluding VAT: 369 536.00 GBP
II.2) DescriptionLot No: 1
II.2.1) TitleParking Tickets (On and Off street)
II.2.2) Additional CPV code(s)63712400
98351110
II.2.3) Place of performanceNUTS code:
UKM82
Main site or place of performance:
UK, Glasgow
II.2.4) Description of the procurementThe Manufacture and Supply of Parking Tickets for the council. All parking tickets must meet the minimum specification as approved by the equipment manufacturer for both Parkeon/ Flow bird Group & APT Skidata in order to ensure that the warranty and performance of the machines are not affected.
II.2.5) Award criteriaQuality criterion: Fair Work Practices / Weighting: 5
Quality criterion: Sustainability / Weighting: 2
Quality criterion: Service Delivery / Weighting: 1
Quality criterion: Service Delivery / Weighting: 3
Quality criterion: Service Delivery / Weighting: 3
Quality criterion: Service Delivery / Weighting: 3
Quality criterion: Supply Chain / Weighting: 3
Price / Weighting: 80
II.2.11) Information about optionsOptions: Yes
Description of options:
The council reserves the right to source non-core and additional items from the awarded Supplier
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleManufacture and Supply of Penalty Charge Notice Printer Rolls
II.2.2) Additional CPV code(s)63712400
98351110
II.2.3) Place of performanceNUTS code:
UKM82
Main site or place of performance:
UK, Glasgow
II.2.4) Description of the procurementThe Manufacture and Supply of Penalty Charge Notice Printer Rolls. All printer rolls must meet the minimum specification as approved by the equipment manufacturer (Casio) in order to ensure that the warranty and performance of the machines are not affected.
II.2.5) Award criteriaQuality criterion: Fair Work Practices / Weighting: 5
Quality criterion: Service Delivery / Weighting: 3
Quality criterion: Service Delivery / Weighting: 3
Quality criterion: Service Delivery / Weighting: 3
Quality criterion: Service Delivery / Weighting: 1
Quality criterion: Supply Chain / Weighting: 3
Quality criterion: Sustainability / Weighting: 2
Price / Weighting: 80
II.2.11) Information about optionsOptions: Yes
Description of options:
The council reserves the right to source non-core and additional items from the awarded Supplier
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) TitleManufacture and Supply of Parking Permits and Vouchers
II.2.2) Additional CPV code(s)63712400
98351110
II.2.3) Place of performanceNUTS code:
UKM82
Main site or place of performance:
UK, Glasgow
II.2.4) Description of the procurementManufacture and Supply of Parking Permits and Vouchers. All vouchers/scratch cards must meet the minimum specification. All vouchers/scratch cards have a latex strip which must be scratched to reveal the appropriate information. Visitor Parking Vouchers are available to residents in controlled parking zones and offer visitors of resident’s subsidised parking rates.
II.2.5) Award criteriaQuality criterion: Fair Work First / Weighting: 5
Quality criterion: Service Delivery / Weighting: 3
Quality criterion: Service Delivery / Weighting: 3
Quality criterion: Service Delivery / Weighting: 3
Quality criterion: Service Delivery / Weighting: 1
Quality criterion: Supply chain / Weighting: 3
Quality criterion: Sustainability / Weighting: 2
Price / Weighting: 80
II.2.11) Information about optionsOptions: Yes
Description of options:
The council reserves the right to source non-core and additional items from the awarded Supplier
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information IV.2.1) Previous publication concerning this procedureNotice number in the OJ S:
2023/S 000-016224
Section V: Award of contractLot No: 1
Title: Parking Tickets (On and Off street)
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract24/10/2023
V.2.2) Information about tendersNumber of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorParagon ID
Stockholm Road
Hull
HU7 0XY
UK
Telephone: +44 1482371361
NUTS: UKE11
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: : 273 536.00 GBP
V.2.5) Information about subcontracting Section V: Award of contractLot No: 2
Title: Manufacture and Supply of Penalty Charge Notice Printer Rolls
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract24/10/2023
V.2.2) Information about tendersNumber of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
V.2.3) Name and address of the contractorParagon ID
Stockholm Road
Hull
HU7 0XY
UK
Telephone: +44 1482371361
NUTS: UKE11
The contractor is an SME: Yes
V.2.3) Name and address of the contractorIntegrity Print
Westfield Trading Estate, Midsomer Norton
Bath
BA3 4BS
UK
Telephone: +44 1761409290
NUTS: UKK12
Internet address(es)
URL: www.parkingandsecuredocuments.com
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: : 27 432.00 GBP
V.2.5) Information about subcontracting Section V: Award of contractLot No: 3
Title: Manufacture and Supply of Parking Permits and Vouchers
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract24/10/2023
V.2.2) Information about tendersNumber of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
V.2.3) Name and address of the contractorParagon ID
Stockholm Road
Hull
HU7 0XY
UK
Telephone: +44 1482371361
NUTS: UKE11
The contractor is an SME: Yes
V.2.3) Name and address of the contractorIntegrity Print
Westfield Trading Estate, Midsomer Norton
Bath
BA3 4BS
UK
Telephone: +44 1761409290
NUTS: UKK12
Internet address(es)
URL: www.parkingandsecuredocuments.com
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: : 18 120.00 GBP
V.2.5) Information about subcontracting Section VI: Complementary information VI.3) Additional information(SC Ref:750432)
VI.4) Procedures for review VI.4.1) Review bodyGlasgow Sheriff Court & Justice of the Peace Court
PO BOX 23, 1 Carlton Place
Glasgow
G5 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.
VI.5) Date of dispatch of this notice17/11/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | fiona.mcinnes@glasgow.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 98351110 | Parking enforcement services | Car park management services |
| 63712400 | Parking services | Support services for road transport |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |