Award

Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure

TAYSIDE PROCUREMENT CONSORTIUM

This public procurement record has 2 releases in its history.

Award

13 Nov 2017 at 00:00

Tender

28 Jul 2017 at 00:00

Summary of the contracting process

The Tayside Procurement Consortium is currently engaged in a tender process for the "Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure." This procurement falls under the services category and targets businesses in the telecommunications and IT infrastructure sectors. The procurement method is an open procedure, with the main delivery locations covering areas of Angus, Dundee and Perth & Kinross. The tender period is set to end on 28th August 2017, with the award period commencing immediately after. The project has a notable budget amounting to £1,100,000 and is classified under CPV code 50333000.

This tender presents an excellent opportunity for businesses specialising in telecommunications, IT services, and infrastructure maintenance, particularly those with experience in wireless technology solutions. Companies capable of installing, maintaining and providing equipment for wireless networks are well-positioned to compete for this contract. Furthermore, participation in this project could potentially lead to community engagement opportunities, including apprenticeships and local employment initiatives, thereby enhancing business growth prospects in the region.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure

Notice Description

Supply, Installation of any new Equipment and Maintenance of Existing Wireless WAN Infrastructure.

Lot Information

Lot 1

Surveys for new wireless radio point to point or point to multi point links Equipment for new wireless radio point to point or point to multi point links Installation of new wireless radio point to point or point to multi point links Maintenance of existing Wireless radio links and new links purchased throughout the contract. 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.

Renewal: The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to one year after the expiry of the term.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000505823
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV301180
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

50 - Repair and maintenance services


CPV Codes

32510000 - Wireless telecommunications system

50333000 - Maintenance services of radio-communications equipment

Notice Value(s)

Tender Value
£1,100,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Nov 20178 years ago
Submission Deadline
28 Aug 2017Expired
Future Notice Date
Not specified
Award Date
3 Nov 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
August 2020 or August 2021 depending if the option to extend is exercised.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TAYSIDE PROCUREMENT CONSORTIUM
Contact Name
Yvonne Graham
Contact Email
rhonda.mckay@dundeecity.gov.uk, yvonne.graham@dundeecity.gov.uk
Contact Phone
+44 1382834182

Buyer Location

Locality
DUNDEE
Postcode
DD8 3DZ
Post Town
Dundee
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM03 Angus and Dundee City
Delivery Location
TLM71 Angus and Dundee City, TLM77 Perth and Kinross, and Stirling

Local Authority
Angus
Electoral Ward
Forfar and District
Westminster Constituency
Angus and Perthshire Glens

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000505823-2017-11-13T00:00:00Z",
    "date": "2017-11-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000505823",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-3",
            "name": "Tayside Procurement Consortium",
            "identifier": {
                "legalName": "Tayside Procurement Consortium"
            },
            "address": {
                "streetAddress": "Fairmuir Depot, 365 Clepington Road",
                "locality": "Dundee",
                "region": "UKM71",
                "postalCode": "DD8 3DZ"
            },
            "contactPoint": {
                "name": "Yvonne Graham",
                "email": "yvonne.graham@dundeecity.gov.uk",
                "telephone": "+44 1382834182",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.taysideprocurement.gov.uk"
            }
        },
        {
            "id": "org-4",
            "name": "Scottish Courts Service",
            "identifier": {
                "legalName": "Scottish Courts Service"
            },
            "address": {
                "streetAddress": "Saughton House Broomhouse Drive",
                "locality": "Edinburgh",
                "postalCode": "EH11 3XD"
            },
            "contactPoint": {
                "email": "enquiries@scotcourts.gov.uk",
                "telephone": "+44 1312252595",
                "url": "http://www.scotcourts.gov.uk"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "org-12",
            "name": "Tayside Procurement Consortium",
            "identifier": {
                "legalName": "Tayside Procurement Consortium"
            },
            "address": {
                "streetAddress": "Fairmuir Depot, 365 Clepington Road",
                "locality": "Dundee",
                "region": "UKM7",
                "postalCode": "DD8 3DZ"
            },
            "contactPoint": {
                "email": "rhonda.mckay@dundeecity.gov.uk",
                "telephone": "+44 1382834182",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.taysideprocurement.gov.uk"
            }
        },
        {
            "id": "org-39",
            "name": "Scottish Courts Service",
            "identifier": {
                "legalName": "Scottish Courts Service"
            },
            "address": {
                "streetAddress": "Saughton House Broomhouse Drive",
                "locality": "Edinburgh",
                "postalCode": "EH11 3XD"
            },
            "contactPoint": {
                "email": "enquiries@scotcourts.gov.uk",
                "telephone": "+44 1312252595",
                "url": "http://www.scotcourts.gov.uk"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "Tayside Procurement Consortium",
        "id": "org-12"
    },
    "tender": {
        "id": "TPC/WIRELESS/17/05",
        "title": "Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure",
        "description": "Supply, Installation of any new Equipment and Maintenance of Existing Wireless WAN Infrastructure.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "32510000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Areas of Angus, Dundee & Perth & Kinross"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-08-28T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-08-28T13:00:00Z"
        },
        "documents": [
            {
                "id": "JUL290983",
                "documentType": "contractNotice",
                "title": "Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure",
                "description": "Supply, Installation of any new Equipment and Maintenance of Existing Wireless WAN Infrastructure.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL290983",
                "format": "text/html"
            },
            {
                "id": "NOV301180",
                "documentType": "awardNotice",
                "title": "Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure",
                "description": "Supply, Installation of any new Equipment and Maintenance of Existing Wireless WAN Infrastructure.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV301180",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Surveys for new wireless radio point to point or point to multi point links Equipment for new wireless radio point to point or point to multi point links Installation of new wireless radio point to point or point to multi point links Maintenance of existing Wireless radio links and new links purchased throughout the contract. 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.",
                "status": "complete",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to one year after the expiry of the term."
                }
            }
        ],
        "bidOpening": {
            "date": "2017-08-28T13:00:00Z",
            "address": {
                "streetAddress": "Fairmuir Depot, 365 Clepington Road, Dundee DD3 8DZ"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Net Profit Current Ratio Shareholders Fund Unqualified Audit Report Employer's (Compulsory) Liability Insurance = 10,000,000 GBP Public Liability Insurance = 5,000,000 GBP Professional Indemnity Insurance: = 1,000,000 GBP",
                    "minimum": "Net profit - Net profit (not a loss) in at least one of the previous 2 years and if there has been a loss in one of these there must be an exceptional item explaining this detailed in the accounts. Current ratio - Current ratio greater than one in at least one of the two financial years. Shareholders Funds - Positive shareholders funds in both of the financial years. Unqualified audit report - Unqualified audit report in both financial years"
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C.8.1Bidders require to demonstrate that they have they have appropriate human resources available to deliver the requirements of the contract. Bidders require demonstrate having a minimum of 4 staff with knowledge and experience relevant and commensurate to the subject matter and scale of the work associated with this ITT . 4C.8.2 Bidders require to demonstrate that they have they have appropriate human resources available to deliver the requirements of the contract. Bidders require demonstrate having a minimum of 2 Managerial staff with knowledge and experience relevant and commensurate to the subject matter and scale of the work associated with this ITT . 4C.9 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 OJEU Contract Notice or the relevant section of the Site Notice. 4C.10 Sub Contacting: The bidder is required to provide details of the proportion (i.e percentage) of the contract that Bidder intends to subcontract. 4D.1/4D1.1/4D.1.2 Quality Assurance Schemes including Health & Safety. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent. 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. 4D2./4D2.2.1/4D2.2 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": "4C.8.1 Bidders require to demonstrate having a minimum of 4 staff with knowledge and experience relevant and commensurate to the subject matter and scale of the work associated with this ITT. 4C.8.2 Bidders require demonstrate having a minimum of 2 Managerial staff with knowledge and experience relevant and commensurate to the subject matter and scale of the work associated with this ITT . 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2017-11-28T00:00:00Z"
            }
        },
        "classification": {
            "id": "50333000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "August 2020 or August 2021 depending if the option to extend is exercised."
        }
    },
    "language": "EN",
    "description": "Question scoring methodology for Selection Criteria (Qualification Envelope: Pass/Fail Award Criteria questions can be found in the ITT together with the weightings. Award Scoring 0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 - Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. The participating councils in this contract are: Angus Council Dundee City Council Perth & Kinross Council (SC Ref:518917)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000505823"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000505823"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TPC/WIRELESS/17/05",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TPC/WIRELESS/17/05",
            "awardID": "TPC/WIRELESS/17/05",
            "status": "active",
            "dateSigned": "2017-11-03T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 145-299654"
        }
    ]
}