Section one: Contracting authority
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
procurement@north-ayrshire.gov.uk
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.north-ayrshire.gov.uk
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CCTV migration, annual maintenance, repairs, works and minor installations
Reference number
NAC/5050
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is seeking to employ a suitably experienced Contractor to provide a planned programme of statutory maintenance to Closed-Circuit Television (CCTV) systems, including the provision of a 24/7/365 reactive repair and new minor installation service to the systems.
two.1.5) Estimated total value
Value excluding VAT: £378,920
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
- 35125300 - Security cameras
- 32235000 - Closed-circuit surveillance system
- 32231000 - Closed-circuit television apparatus
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
- UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance
The main location of this requirement will be on North Ayrshire mainland. The location may include the Island of Arran in the future.
two.2.4) Description of the procurement
This Contract is for the servicing, statutory maintenance, reactive repairs and new minor installations of North Ayrshire Council’s public space Surveillance Closed-Circuit Television Camera (CCTV) Systems.
This requirement includes all control, recording and monitoring equipment, cameras, wireless point to point equipment, Milestone Software and Licenses including security and updates.
There will be approximately 120 CCTV cameras that require to be maintained, this figure may change over the contract duration.
An asset register will be included in the Statement of Requirements which will detail any approximate changes.
Location may include on the Island of Arran in the future.
two.2.5) Award criteria
Quality criterion - Name: All award criteria is stated in the ITT documents / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £378,920
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
This contract has an option to extend for up-to 24 months. Extensions will be at the sole discretion of North Ayrshire Council and subject to satisfactory performance and funding.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Bidders must confirm if they hold the particular authorisation or memberships;
- SSAIB or NACOSS or equivalent approved
- Safe contractor approved
- Milestone Platinum Partner
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly “specific” turnover of 189,460 GBP for the last 3 years in the business area covered by the contract.
North Ayrshire Council reserve the right to review the bidders financial information including information from credit reference agencies at tender stage and throughout the life of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
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.
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:
Employer’s (Compulsory) Liability Insurance = 10,000,000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance 10,000,000 GBP
Product Liability Insurance 10,000,000 GBP
Cyber Liability Insurance 5,000,000 GBP
Third-Party Motor Vehicle Insurance
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide a minimum of 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.
Bidders will be required to provide 2 satisfactory references for the same 2 services contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process. Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Contract Notice.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
8 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: February 2025
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Lots are not being used for this tender for the reason stated below:
Nature of the contract not suitable for lots.
Quality Management Procedures
1. 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 a documented policy regarding quality management, see attachment at ESPD question 4D.1.
Health and Safety Procedures
1. 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 the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at ESPD question 4D.1.
Environmental Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at ESPD question 4D.2.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 38504. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community benefits will be requested on a minimum requirement basis for:
Supply Chain Initiatives
Community and Education Initiatives
(SC Ref:644613)
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Telephone
+44 1563550024
Country
United Kingdom