Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Lynn Hemsley
Telephone
+44 1315292156
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.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
CT0831 IP Video Surveillance System
Reference number
CT0831
two.1.2) Main CPV code
- 92222000 - Closed circuit television services
two.1.3) Type of contract
Services
two.1.4) Short description
Upgrade of the City of Edinburgh Council's IP Video Surveillance System
two.1.5) Estimated total value
Value excluding VAT: £3,600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
IP Video Surveillance System
Lot No
1
two.2.2) Additional CPV code(s)
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
- 32231000 - Closed-circuit television apparatus
- 32323500 - Video-surveillance system
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
The City of Edinburgh Council requires to update Public Realm CCTV and has successfully submitted a European Regional Development Fund (ERDF) bid as part of the 8th City Programme; Scottish Cities Alliance smart cities initiative.
The City of Edinburgh Council operates a Central Monitoring Facility (CMF) at the City Chambers. This facility operates 365 days, 24 hours per day; with 206 permanent cameras and rapid deployment cameras. The CCTV system and fibre transmission which services the system currently is predominantly analogue, requiring an upgrade to digital.
Lot 1 is for the upgrade of the CMF and maintenance, it is the intention to replace the entire system and potentially install additional permanent cameras in new locations.
The public realm CCTV upgrade will be funded from the European Regional Development Fund (ERDF) and match funded from the Council’s capital budget, the maximum budget for the public realm CCTV upgrade is GBP1,500,000 (inclusive of contingency). In addition, maintenance of the IP Video Surveillance System will be met from the Council’s revenue budget.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Maintenance only
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: Yes
Identification of the project
European Regional Development Fund (ERDF); Scottish Cities Alliance smart cities initiative; ‘Scotland’s 8th City - the Smart City’
two.2.14) Additional information
A virtual Microsoft Teams event will be held at 14:00 on 12 April 2021 to video record key locations relevant to the project. Please contact darren.moir@edinburgh.gov.uk to register for this event by 12noon on Friday 9 April 2021. The Microsoft Teams event must not be recorded.
two.2) Description
two.2.1) Title
Fibre Network
Lot No
2
two.2.2) Additional CPV code(s)
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
- 32231000 - Closed-circuit television apparatus
- 32323500 - Video-surveillance system
- 32412100 - Telecommunications network
- 32412000 - Communications network
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
The City of Edinburgh Council operates a Central Monitoring Facility (CMF) at the City Chambers. This facility operates 365 days, 24 hours per day; with 206 permanent cameras and rapid deployment cameras. The CCTV system and fibre transmission which services the system currently is predominantly analogue, requiring an upgrade to digital.
Lot 2 is for the appointment of a suitably qualified and experienced Contractor for the design, supply and delivery of a fully managed private IP fibre network to support a newly digitalised CCTV network. The new fibre must meet today’s performance requirements but must also have upgradeable bandwidth to futureproof the network. These future requirements are not known, although future bandwidth growth is expected.
In addition to the basic needs of CCTV, the Council will see significant benefits of implementing the proposed solution, including:
Accelerate the implementation of 5G;
Reduced time to develop Internet of Things (IoT) based solutions;
Resilient Transport fibre connections; and
Contribute to the Council’s smart city ambitions.
The Contractor shall take full responsibility for:
Solution design;
Co-ordinated implementation minimising business continuity interruption;
Detailed survey in relation to any proposed installation;
Installation, including supply of materials and testing; and
On-going support and maintenance once installed.
Lot 2 will be solely funded from the Council’s revenue budget, there is no CapEx budget for Fibre Network at present; any associated capital expenditure costs must be absorbed into the annual revenue costs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Fibre Network provision
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
two.2.14) Additional information
A virtual Microsoft Teams event will be held at 14:00 on 12 April 2021 to video record key locations relevant to the project. Please contact darren.moir@edinburgh.gov.uk to register for this event by 12noon on Friday 9 April 2021. The Microsoft Teams event must not be recorded.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of for the last two financial years as detailed below:
Lot 1 - IP Video Surveillance System - GBP3m
Lot 2 - Fibre Network - GBP2.4m
Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:
Lot 1 - IP Video Surveillance System
Current ratio for Current Year: 1.20
Current ratio for Prior Year: 1.20
Lot 2 - Fibre Network
Current ratio for Current Year: 1.20
Current ratio for Prior Year: 1.20
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Lot 1 - IP Video Surveillance System
a. Employers (Compulsory) Liability Insurance - GBP5m
b. Public Liability Insurance - GBP10m
Lot 2 - Fibre Network
a. Employers (Compulsory) Liability Insurance - GBP5m
b. Public Liability Insurance - GBP10m
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 199-483795
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 May 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 May 2021
Local time
12:00pm
Place
Edinburgh
Information about authorised persons and opening procedure
Suitably qualified Council Officers
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Lot 1 Maintenance element and Lot 2 Fibre Network will be required in 10 years.
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
Part II (Q.2D.1.2) The public body explicitly requests this information, please provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
Part III: Section A, B, C & D - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015 (for above OJEU threshold)/ 8 and 9 of the Procurement (Scotland) Regulations 2016 (below OJEU threshold).
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
The following ESPD questions must be answered by tenderers noting the relating Statement of Requirements
Part I, Part II Section All, Part III Section All Exclusion Grounds, Part IV Section B 4B.1.1; 4B.1.3; 4B.3; 4B.4; 4B.4.1; 4B.5.1A; 4B.5.1B; 4B.5.3; Question 4B.1, 4B.4; 4B.5 Exclusion Grounds, Part IV D Question 4D.1, 4D.1.1, 4D.1.2, Question 4D.1 Mandatory Criteria.
The Council has identified that the scope of this procurement falls within a business sector which may be attractive to infiltration by organised crime groups. The Council, therefore, reserves the right to include enhanced probity checks/requirements of the main Contractors and any Sub-contractors at both the selection and award stages of the procurement.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=648570.
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.
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:
A summary of expected Community Benefits has been provided in the Community Benefits guidance document.
(SC Ref:648570)
six.4) Procedures for review
six.4.1) Review body
Sherriff Court
Sherriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.