Contract

Smart Infrastructure Pilot Programme

  • North Ayrshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-027528

Procurement identifier (OCID): ocds-h6vhtk-0469cd

Published 29 August 2024, 11:32am



Section one: Contracting authority

one.1) Name and addresses

North Ayrshire Council

Cunninghame House

Irvine

KA12 8EE

Contact

William Tomelty

Email

williamtomelty@north-ayrshire.gov.uk

Telephone

+44 1294324354

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.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

Smart Infrastructure Pilot Programme

Reference number

NAC/5182

two.1.2) Main CPV code

  • 44212226 - Electricity poles

two.1.3) Type of contract

Supplies

two.1.4) Short description

In a landmark initiative set to propel North Ayrshire into the future of digital infrastructure, North Ayrshire Council (“NAC”) has embarked on a Smart Infrastructure Pilot Programme (“SIPP”). This pioneering project is driven by a grant of approximately GBP 242K from the Department for Science Innovation and Technology (“DSIT”) as part of a 'Smart Infrastructure' Pilot. The grant will support the rollout of innovative PAS 191:2023 capable innovative smart multi-purpose poles that will redefine NAC’s urban landscape. NAC will supplement the grant by 20K for operation and maintenance, taking the overall project value to GBP 262,765.

The SIPP is a pivotal component of DSITs Advanced Wireless Innovation Strategy. The strategy aims to be a catalyst for economic growth, connectivity enhancement, and the promotion of sustainable practices. This strategic investment will enable the procurement of state-of-the-art multi-purpose poles, in place of traditional single-use street furniture for a more versatile and sustainable infrastructure that supports a multiple use case ecosystem.

Central to this endeavour is the Maritime Mile, the route from the Irvine train station to Irvine Beach Park, where the aim is to transform the area into a national waterfront destination. The Maritime Mile is one component of the ‘Great Harbour’ – a transformation of the waterfront in Irvine, North Ayrshire. The Great Harbour is a key component of the GBP 251m Ayrshire Growth Deal and is one of the most ambitious and transformational regeneration tourism proposals for the region. This significant investment is intended to regenerate the waterfront, turning it into a hub of transformational tourism and an exemplar of modern Smart Connected Places.

Structured around key use cases such as CCTV/security, movement detection, waste detection, and the enhancement of visitor and business connectivity, the project is also poised to consider the integration of EV charging points and augmented reality experiences in the future. NAC’s forward-thinking approach paints a future where the power of advanced wireless connectivity smartens public services and puts Smart Connected Places at the core of urban development.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £261,784.25

two.2) Description

two.2.2) Additional CPV code(s)

  • 45233293 - Installation of street furniture
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance

Irvine - Maritime Mile, the route from the Irvine train station to Irvine Beach Park.

two.2.4) Description of the procurement

NAC invites tenders for the ‘Smart Infrastructure Pilot Programme’ as detailed in the Invitation to Tender (“ITT”). The resultant contract is anticipated to commence 19th August 2024 until 31st October 2025 (this includes an initial installation period and an additional 12 month operation and maintenance period). Thereafter, there will be an option to extend by up to 4 years. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding.

The contract will be let on NAC’s standard conditions of contract for the purchase of goods and related services.

two.2.5) Award criteria

Quality criterion - Name: 1. Approach to meeting the technical specification / Weighting: 20

Quality criterion - Name: 2. Approach to meeting the enabling works specifications for power, connectivity, and foundations / Weighting: 15

Quality criterion - Name: 3. Approach to meeting the operation, maintenance and service management requirements / Weighting: 7.5

Quality criterion - Name: 4. Approach to project management / Weighting: 5

Quality criterion - Name: Approach to resourcing / project team / Weighting: 2.5

Price - Weighting: 50

two.2.11) Information about options

Options: Yes

Description of options

NAC may consider use of Regulation 33(8) for additional operational and maintenance requirements on contract expiry, as outlined in the procurement documents.

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 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: 2024/S 000-016217


Section five. Award of contract

Contract No

NAC/5182

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 August 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

North SV

Titanium 1, Kings Inch Place, King's Inch Place, Braehead

Braehead

PA4 8WF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £261,784.25


Section six. Complementary information

six.3) Additional information

Lots are not being used for this tender for the reasons stated below:

Nature of the contract is not suitable for lots.

Delivery of the contract is location specific.

Would require additional contract management resource which is not available.

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 SPD 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 ISO 45001 (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 SPD 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 SPD question 4D.2.

Bidders 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.

(SC Ref:776436)

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

Internet address

https://www.scotcourts.gov.uk/