{
    "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"
        }
    ]
}