Notice Information
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-FiSupply, 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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV433907
Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure - Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure for: Angus Council Dundee City Council Perth & Kinross Council
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-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"
}