Opportunity

Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure

  • Tayside Procurement Consortium

F02: Contract notice

Notice reference: 2021/S 000-029285

Published 24 November 2021, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

Email

yvonne.graham@dundeecity.gov.uk

Telephone

+44 1382834024

Country

United Kingdom

NUTS code

UKM7 - Eastern Scotland

Internet address(es)

Main address

http://www.taysideprocurement.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure

Reference number

TPC/WIRELESS/21/09

two.1.2) Main CPV code

  • 50333000 - Maintenance services of radio-communications equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure for:

Angus Council

Dundee City Council

Perth & Kinross Council

two.1.5) Estimated total value

Value excluding VAT: £2,200,000

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

Wireless WAN

Lot No

1

two.2.2) Additional CPV code(s)

  • 32510000 - Wireless telecommunications system

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Angus area

Dundee area

Perth & Kinross area

two.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

two.2.5) Award criteria

Quality criterion - Name: Main ITT Holding Question / Weighting: 60

Quality criterion - Name: Support and Maintenance / Weighting: 20

Quality criterion - Name: Competency / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,200,000

two.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.

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) Description

two.2.1) Title

Perth & Kinross Council Public Wi-Fi

Lot No

2

two.2.2) Additional CPV code(s)

  • 32510000 - Wireless telecommunications system

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Perth & Kinross Council area

two.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

two.2.5) Award criteria

Quality criterion - Name: Holding Question Master ITT / Weighting: 60

Quality criterion - Name: Support and Maintenance / Weighting: 20

Quality criterion - Name: Competency / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £22,000,000

two.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.

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.1.2) 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 possibly 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).

three.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 possibly required

As above


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

6 January 2022

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

6 January 2022

Local time

1:00pm


Section six. Complementary information

six.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

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

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)

six.4) Procedures for review

six.4.1) Review body

Dundee Sherriff Court and Justice of the Peace

8 West Bell Street

Dundee

DD1 9AD

Email

dundee@scotcourts.gov.uk

Telephone

+44 1382229961

Country

United Kingdom