Tender

Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure

TAYSIDE PROCUREMENT CONSORTIUM

This public procurement record has 1 release in its history.

Tender

24 Nov 2021 at 00:00

Summary of the contracting process

The Tayside Procurement Consortium, based in Dundee, is currently in the Tender stage for the contract titled "Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure." This procurement project, valued at £2,200,000 and classified under public services (CPV code: 50333000), is set to support Angus Council, Dundee City Council, and Perth & Kinross Council. Bids are due by 6 January 2022, with the contracting authority seeking submissions through the open procedure. The winning supplier will commence work shortly after the bid opening on the same date.

This tender represents a significant opportunity for businesses specialising in telecommunications and network infrastructure. Companies that offer installation, maintenance, and equipment services related to Wireless WAN technologies, particularly those experienced in public sector contracts, would be well-positioned to compete. Additionally, bidders are expected to demonstrate relevant prior experience and hold specific insurance requirements, making this a suitable project for established firms within the broader technology services sector looking to expand their public sector portfolio.

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, Equipment and Maintenance of Wireless WAN Infrastructure for: Angus Council Dundee City Council Perth & Kinross Council

Lot Information

Wireless WAN

Supply, installation, equipment and maintenance of the Wireless WAN infrastructure for Angus Council, Dundee City Council and Perth & Kinross Council

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 two years after the expiry of the term.

Perth & Kinross Council Public Wi-Fi

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

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000671029
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV433907
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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
£2,200,000 £1M-£10M
Lots Value
£24,200,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Nov 20214 years ago
Submission Deadline
6 Jan 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
September 2024 if option to extend is not exercised September 2026 if option to extend is exercised

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
TAYSIDE PROCUREMENT CONSORTIUM
Contact Name
Not specified
Contact Email
yvonne.graham@dundeecity.gov.uk
Contact Phone
+44 1382834024

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

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-r6ebe6-0000671029-2021-11-24T00:00:00Z",
    "date": "2021-11-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000671029",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-27",
            "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": "yvonne.graham@dundeecity.gov.uk",
                "telephone": "+44 1382834024",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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-28",
            "name": "Dundee Sherriff Court and Justice of the Peace",
            "identifier": {
                "legalName": "Dundee Sherriff Court and Justice of the Peace"
            },
            "address": {
                "streetAddress": "8 West Bell Street",
                "locality": "Dundee",
                "postalCode": "DD1 9AD"
            },
            "contactPoint": {
                "email": "dundee@scotcourts.gov.uk",
                "telephone": "+44 1382229961",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Tayside Procurement Consortium",
        "id": "org-27"
    },
    "tender": {
        "id": "TPC/WIRELESS/21/09",
        "title": "Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure",
        "description": "Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure for: Angus Council Dundee City Council Perth & Kinross Council",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "32510000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Angus area Dundee area Perth & Kinross area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "32510000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Perth & Kinross Council area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 2200000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2022-01-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-01-06T13:00:00Z"
        },
        "documents": [
            {
                "id": "NOV433907",
                "documentType": "contractNotice",
                "title": "Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure",
                "description": "Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure for: Angus Council Dundee City Council Perth & Kinross Council",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV433907",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Wireless WAN",
                "description": "Supply, installation, equipment and maintenance of the Wireless WAN infrastructure for Angus Council, Dundee City Council and Perth & Kinross Council",
                "status": "active",
                "value": {
                    "amount": 2200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Main ITT Holding Question",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "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 two years after the expiry of the term."
                }
            },
            {
                "id": "2",
                "title": "Perth & Kinross Council Public Wi-Fi",
                "description": "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",
                "status": "active",
                "value": {
                    "amount": 22000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Holding Question Master ITT",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2022-01-06T13:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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": "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)."
                },
                {
                    "type": "technical",
                    "description": "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": "As above"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "50333000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "September 2024 if option to extend is not exercised September 2026 if option to extend is exercised"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "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)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000671029"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}