Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
UK
Telephone: +44 1382834024
E-mail: yvonne.graham@dundeecity.gov.uk
NUTS: UKM7
Internet address(es)
Main address: http://www.taysideprocurement.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure
Reference number: TPC/WIRELESS/21/09
II.1.2) Main CPV code
50333000
II.1.3) Type of contract
Services
II.1.4) Short description
Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure for:
Angus Council
Dundee City Council
Perth & Kinross Council
II.1.5) Estimated total value
Value excluding VAT:
2 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Wireless WAN
II.2.2) Additional CPV code(s)
32510000
II.2.3) Place of performance
NUTS code:
UKM71
UKM77
Main site or place of performance:
Angus area
Dundee area
Perth & Kinross area
II.2.4) Description of the procurement
Supply, installation, equipment and maintenance of the Wireless WAN infrastructure for Angus Council, Dundee City Council and Perth & Kinross Council
II.2.5) Award criteria
Criteria below:
Quality criterion: Main ITT Holding Question
/ Weighting: 60
Quality criterion: Support and Maintenance
/ Weighting: 20
Quality criterion: Competency
/ Weighting: 20
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
2 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to two years after the expiry of the term.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Perth & Kinross Council Public Wi-Fi
II.2.2) Additional CPV code(s)
32510000
II.2.3) Place of performance
NUTS code:
UKM77
Main site or place of performance:
Perth & Kinross Council area
II.2.4) Description of the procurement
Supply, delivery, installation, support and maintain a range of mesh and point-to-point wireless WAN Equipment, backhaul connections and associated managed services used for the provision of public Wi-Fi in Perth City and outlying towns in the Perth & Kinross Council area
II.2.5) Award criteria
Criteria below:
Quality criterion: Holding Question Master ITT
/ Weighting: 60
Quality criterion: Support and Maintenance
/ Weighting: 20
Quality criterion: Competency
/ Weighting: 20
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
22 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
4.2.2 The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to two years after the expiry of the term.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
4B.5.1/4B5.2 – Insurance -Pass/Fail
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Professional Indemnity Insurance
Employers' Liability Insurance
Public Liability Insurance
4B.6 Economic and Financial Standing – Pass/Fail
Tenderers will be required to state the value(s) from your last 2 years audited accounts for the following financial ratio(s):
Net profit for both financial years
Current ratio equal
Positive Gearing Ratio
Positive shareholders’ funds/positive partners’ capital accounts/positive owners’ equity
Unqualified audit report (if an audit is required)
Managements accounts showing your current position
Minimum level(s) of standards required:
4B.5.1/4B5.2 – Insurance -Pass/Fail
Professional Indemnity Insurance – the sum of not less than 1GBP million for any one incident
Employers' Liability Insurance - the sum of not less than 10GBP million for any one incident Public Liability Insurance - the sum of not less than 5GBP million for any one incident
4B.6 Economic and Financial Standing – Pass/Fail
Tenderers will be required to state the value(s) from your last 2 years audited accounts for the following financial ratio(s):
- Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss.
- Current ratio equal to or greater than one in both financial 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.
- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders’ funds/partners' capital accounts/owners’ equity over loan finance in both of the financial 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.
- Positive shareholders’ funds/positive partners’ capital accounts/positive owners’ equity (whichever is applicable to the type of business) in both of the financial years.
- Unqualified audit report (if an audit is required).
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C1.2 Bidders will be required to provide 2 examples of contracts carried out in the past 3 years that demonstrate that they have the relevant experience to deliver the contract as described in the Specification of Requirements.
The information you provide should cover the following areas –
- a description of the goods works or services delivered
- contract value & dates.
- previous or current customer details
4C.9 Bidders require to demonstrate that they:
- - have access to 4 x 4 vehicles, a Cherry Picker and other transport for the purpose of delivering this contract
4D.1/4D1.1/4D1.2 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 be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
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 be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
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 be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
Minimum level(s) of standards required:
As above
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/01/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
06/01/2022
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
September 2024 if option to extend is not exercised
September 2026 if option to extend is exercised
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19870. 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:
The supplier shall deliver a minimum of 2 Community Benefit outcomes per annum. These are detailed within the Specification of Requirements.
(SC Ref:671029)
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sherriff Court and Justice of the Peace
8 West Bell Street
Dundee
DD1 9AD
UK
Telephone: +44 1382229961
E-mail: dundee@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
24/11/2021