Notice Information
Notice Title
Smart Infrastructure Pilot Programme
Notice 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.
Lot Information
Lot 1
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.
Options: NAC may consider use of Regulation 33(8) for additional operational and maintenance requirements on contract expiry, as outlined in the procurement documents.
Renewal: Option to extend by up to 48 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0469cd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/027528-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
34928500 - Street-lighting equipment
34928510 - Street-lighting columns
44212226 - Electricity poles
45233293 - Installation of street furniture
Notice Value(s)
- Tender Value
- £262,765 £100K-£500K
- Lots Value
- £262,765 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £261,784 £100K-£500K
Notice Dates
- Publication Date
- 29 Aug 20241 years ago
- Submission Deadline
- 26 Jun 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 27 Aug 20241 years ago
- Contract Period
- 18 Aug 2024 - 31 Oct 2024 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH AYRSHIRE COUNCIL
- Contact Name
- William Tomelty
- Contact Email
- williamtomelty@north-ayrshire.gov.uk
- Contact Phone
- +44 1294324354
Buyer Location
- Locality
- IRVINE
- Postcode
- KA12 8EE
- Post Town
- Kilmarnock
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM93 North Ayrshire and East Ayrshire
- Delivery Location
- TLM93 North Ayrshire and East Ayrshire
-
- Local Authority
- North Ayrshire
- Electoral Ward
- Irvine South
- Westminster Constituency
- Central Ayrshire
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0469cd-2024-08-29T11:32:27+01:00",
"date": "2024-08-29T11:32:27+01:00",
"ocid": "ocds-h6vhtk-0469cd",
"description": "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)",
"initiationType": "tender",
"tender": {
"id": "NAC/5182",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Smart Infrastructure Pilot Programme",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "44212226",
"description": "Electricity poles"
},
"mainProcurementCategory": "goods",
"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.",
"value": {
"amount": 262765,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "1. Approach to meeting the technical specification",
"type": "quality",
"description": "20"
},
{
"name": "2. Approach to meeting the enabling works specifications for power, connectivity, and foundations",
"type": "quality",
"description": "15"
},
{
"name": "3. Approach to meeting the operation, maintenance and service management requirements",
"type": "quality",
"description": "7.5"
},
{
"name": "4. Approach to project management",
"type": "quality",
"description": "5"
},
{
"name": "Approach to resourcing / project team",
"type": "quality",
"description": "2.5"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 262765,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-19T00:00:00+01:00",
"endDate": "2024-10-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend by up to 48 months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "NAC may consider use of Regulation 33(8) for additional operational and maintenance requirements on contract expiry, as outlined in the procurement documents."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233293",
"description": "Installation of street furniture"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "34928500",
"description": "Street-lighting equipment"
},
{
"scheme": "CPV",
"id": "34928510",
"description": "Street-lighting columns"
}
],
"deliveryAddresses": [
{
"region": "UKM93"
},
{
"region": "UKM93"
}
],
"deliveryLocation": {
"description": "Irvine - Maritime Mile, the route from the Irvine train station to Irvine Beach Park."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships. The contractor and/or sub-contractor who is responsible for all electrical installations must be a member of the NICEIC or ECA of Scotland or hold an equivalent membership.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum yearly \"specific\" turnover of 480,000 GBP for the last 3 years in the business area covered by the contract. Where the supplier relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement NAC may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium NAC will require each consortia member to meet the financial selection requirements contained in the procurement documents. 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 Liability Insurance = 10,000,000 GBP in respect of any one event Public Liability Insurance 10,000,000 GBP in respect of any one event Product Liability Insurance 10,000,000 GBP in the aggregate Professional Indemnity Insurance 1,000,000 GBP in the aggregate, plus a period of 6 years following completion of the whole of the project or earlier termination. Third-Party Motor Vehicle Insurance (a valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Bidders are required to provide a minimum of 2 examples of contracts carried out in the past 3 years that demonstrates they have the relevant experience to deliver the contract as described in the Contract Notice. Examples must be of a similar value, size and scope and involved integrating 4G or 5G networks or Smart Technologies. Unsatisfactory experience will result in exclusion from the tender process. Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References must 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 who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms. b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. Bidders are required to confirm the supplier's staff have the following relevant educational and professional qualifications: Supplier must ensure that only trained and competent operatives are engaged in the works. Operatives MUST therefore have a valid Street Works Qualification as Operative, Supervisor or both in accordance with the New Roads and Street Works Act (NRSWA) 1991 and associated Regulations. The qualifications held must also be appropriate for the work being carried out. Suppliers must also hold the following certifications: Highway Electrical Registration Scheme - (S)JIB/ECS Certification G39 Electrical Safety (in the planning, installation, commissioning and maintenance of public lighting and other street furniture) Certification Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Included for uptime, maintenance, load testing and performance and service review. Refer to Invitation to Tender (ITT) for more details. Any community benefits offered will also become a performance condition.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-06-26T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-10-25T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2024-06-26T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-06-26T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-73952",
"name": "North Ayrshire Council",
"identifier": {
"legalName": "North Ayrshire Council"
},
"address": {
"streetAddress": "Cunninghame House",
"locality": "Irvine",
"region": "UKM93",
"postalCode": "KA12 8EE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "William Tomelty",
"telephone": "+44 1294324354",
"email": "williamtomelty@north-ayrshire.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.north-ayrshire.gov.uk",
"buyerProfile": "http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4006",
"name": "Kilmarnock Sheriff Court",
"identifier": {
"legalName": "Kilmarnock Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, St Marnock Street",
"locality": "Kilmarnock",
"postalCode": "KA1 1ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1563550024"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/"
}
},
{
"id": "GB-FTS-376",
"name": "North SV",
"identifier": {
"legalName": "North SV"
},
"address": {
"streetAddress": "Titanium 1, Kings Inch Place, King's Inch Place, Braehead",
"locality": "Braehead",
"region": "UK",
"postalCode": "PA4 8WF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-73952",
"name": "North Ayrshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000766556"
}
],
"language": "en",
"awards": [
{
"id": "027528-2024-NAC/5182-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-376",
"name": "North SV"
}
]
}
],
"contracts": [
{
"id": "027528-2024-NAC/5182-1",
"awardID": "027528-2024-NAC/5182-1",
"status": "active",
"value": {
"amount": 261784.25,
"currency": "GBP"
},
"dateSigned": "2024-08-28T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}