Notice Information
Notice Title
Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management
Notice Description
Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management for Angus Council, Dundee City Council, Perth & Kinross Council and Police Scotland.
Lot Information
Lot 1
Installation of full centralised system including: Control Room Console Upgrade in Dundee Bell Bell Street Control Room, UTC Dundee and UTC PKC CCTV Cameras - upgrade, relocation or new (where budget allows) Network Video Recording (NVR) System & Review System Security Management System (SMS), Virtual Matrix Control and Graphic User Interface (GUI) UPS Civil Works - as required Maintenance of system. 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: 4.2.3 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 year after the expiry of the term.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000546305
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV337752
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
92 - Recreational, cultural and sporting services
-
- CPV Codes
35120000 - Surveillance and security systems and devices
92222000 - Closed circuit television services
Notice Value(s)
- Tender Value
- £1,500,000 £1M-£10M
- Lots Value
- £1,200,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,500,000 £1M-£10M
Notice Dates
- Publication Date
- 19 Nov 20187 years ago
- Submission Deadline
- 20 Jul 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Nov 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TAYSIDE PROCUREMENT CONSORTIUM
- Contact Name
- Yvonne Graham
- Contact Email
- yvonne.graham@dundeecity.gov.uk
- Contact Phone
- +44 1382834009
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
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN322961
Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management - Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management for Angus Council, Dundee City Council, Perth & Kinross Council and Police Scotland. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV337752
Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management - Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management for Angus Council, Dundee City Council, Perth & Kinross Council and Police Scotland.
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-r6ebe6-0000546305-2018-11-19T00:00:00Z",
"date": "2018-11-19T00:00:00Z",
"ocid": "ocds-r6ebe6-0000546305",
"initiationType": "tender",
"parties": [
{
"id": "org-28",
"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 1382834009",
"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-29",
"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-137",
"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 1382834009",
"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-138",
"name": "Northern Products (Scotland) Ltd, T/A Scottish Communications Group",
"identifier": {
"legalName": "Northern Products (Scotland) Ltd, T/A Scottish Communications Group"
},
"address": {
"streetAddress": "Arran House, Arran Road",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 3DZ"
},
"contactPoint": {
"telephone": "+44 1738563000",
"faxNumber": "+44 1738563001"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-139",
"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-137"
},
"tender": {
"id": "TPC/CCTV/17/25",
"title": "Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management",
"description": "Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management for Angus Council, Dundee City Council, Perth & Kinross Council and Police Scotland.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "35120000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Geographical areas of: Angus, Dundee and Perth & Kinross Council."
},
"deliveryAddresses": [
{
"region": "UKM71"
},
{
"region": "UKM77"
},
{
"region": "UKM71"
},
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-07-20T12:00:00Z"
},
"documents": [
{
"id": "JUN322961",
"documentType": "contractNotice",
"title": "Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management",
"description": "Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management for Angus Council, Dundee City Council, Perth & Kinross Council and Police Scotland.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN322961",
"format": "text/html"
},
{
"id": "NOV337752",
"documentType": "awardNotice",
"title": "Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management",
"description": "Supply, Installation and Maintenance of a CCTV System for Smart City/Town Management for Angus Council, Dundee City Council, Perth & Kinross Council and Police Scotland.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV337752",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Installation of full centralised system including: Control Room Console Upgrade in Dundee Bell Bell Street Control Room, UTC Dundee and UTC PKC CCTV Cameras - upgrade, relocation or new (where budget allows) Network Video Recording (NVR) System & Review System Security Management System (SMS), Virtual Matrix Control and Graphic User Interface (GUI) UPS Civil Works - as required Maintenance of system. 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": 1200000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "4.2.3 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 year after the expiry of the term."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Console Upgrade",
"description": "11%"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Access to Police Scotland Bell Street, Control Room, Dundee The TPC reserves to Police Scotland the right to vet and to approve or not to approve any person or persons, (employees, directors, officers, partners within firms, or others) whom the Contractor proposes to utilise in the provision of the Service [in connection with the performance and administration of the Contract]. Where persons are not so approved they must not be utilised in any aspect of the provision of the Service under the Contract."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2018-07-30T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders to provide a certificate from the Registrar of Companies (Companies House) stating that they are certified as incorporated or registered."
},
{
"type": "economic",
"description": "4B.4 Current Ratio greater than 1 based on at least one of the two financial years. Current Assets/Current Liabilities 4B.6 - Net profit 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 - Positive shareholders funds in both of the financial years Unqualified audit report 4B5.1/4B5.2 Employer's (Compulsory) Liability Insurance = 10,000,000 GDP Public Liability Insurance = 5,000,000 GDP Professional Indemnity Insurance: = 1,000,000 GDP",
"minimum": "4B.4 Bidders will be required to demonstrate a current ratio greater than 1 based on at least one of the two financial years. Current Ratio = Current Assets / Current Liabilities 4B.6 Bidders will be required to demonstrate: - Net profit 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. - Positive shareholders funds in both of the financial years. - Unqualified audit report Where a Tenderer does not meet these requirements further details should be provided to confirm why and the Purchaser may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer. 4B.5/4B5.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10,000,000 GDP Public Liability Insurance = 5,000,000 GDP Professional Indemnity Insurance: = 1,000,000 GDP"
},
{
"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 II2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C8.1/4C8.2 Bidders require to demonstrate that they have appropriate human resources and managerial staff available to deliver the requirements of the contract. 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 MS EN ISO 9001. The bidder must hold 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, successful 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 Instruction for Bidders document. 4D.2 4D.2.1/4D.2.2 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with EN ISO 14001 (or equivalent) certificate, or be able to demonstrate that they have equivalent processes in place as detailed within the Instruction for Bidders.",
"minimum": "4C.1.2 Suppliers will be required to provide 2 examples of projects carried out in the past 3 years that demonstrate that they have the relevant experience to deliver the contract as described in the scope. 4C.8.1/4C.8.2 Bidders require demonstrate having a minimum of 3 engineers & 2 Project Managers with knowledge and experience relevant and commensurate to the subject matter and scale of the work associated with this ITT and 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: - a Cherry Picker (MEWP) - relevant vehicles, plant and tools"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "92222000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 119-271023"
}
],
"description": "The award criteria questions and weightings will be published in the ITT. Award criteria scoring will be the following: 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. (SC Ref:564885)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000546305"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000546305"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "TPC/CCTV/17/25",
"suppliers": [
{
"id": "org-138",
"name": "Northern Products (Scotland) Ltd, T/A Scottish Communications Group"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "TPC/CCTV/17/25",
"awardID": "TPC/CCTV/17/25",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2018-11-16T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "177",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "178",
"measure": "smeBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "179",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "180",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "181",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
}
]
}
}