Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure

  • First published: 25 November 2021
  • Last modified: 25 November 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Tayside Procurement Consortium
Authority ID:
AA20930
Publication date:
25 November 2021
Deadline date:
06 January 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Supply, installation, equipment and maintenance of the Wireless WAN infrastructure for Angus Council, Dundee City Council and Perth & Kinross Council

Full notice text

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

Coding

Commodity categories

ID Title Parent category
50333000 Maintenance services of radio-communications equipment Maintenance services of telecommunications equipment
32510000 Wireless telecommunications system Telecommunications equipment and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
yvonne.graham@dundeecity.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.