Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 22nd May 2024

Tender Details
Referenceocds-h6vhtk-0469cd
Common Procurement VocabularyElectricity poles
Procurement MethodOpen procedure
Value£262,765
« Previous Page

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 22nd May 2024

Tender Details
Referenceocds-h6vhtk-0469cd
Common Procurement VocabularyElectricity poles
Procurement MethodOpen procedure
Value£262,765

Section I: Contracting authority

I.1) Name and addresses

North Ayrshire Council

Cunninghame House

Irvine

KA12 8EE

Contact

William Tomelty

Email

williamtomelty [at] north-ayrshire.gov.uk

Telephone

+44 1294324354

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Smart Infrastructure Pilot Programme

Reference number

NAC/5182

II.1.2) Main CPV code

  • 44212226 - Electricity poles

II.1.3) Type of contract

Supplies

II.1.4) Short description

In a landmark initiative set to propel North Ayrshire into the future of digital infrastructure, North Ayrshire Council (“NAC”) has embarked on a Smart Infrastructure Pilot Programme (“SIPP”). This pioneering project is driven by a grant of approximately GBP 242K from the Department for Science Innovation and Technology (“DSIT”) as part of a 'Smart Infrastructure' Pilot. The grant will support the rollout of innovative PAS 191:2023 capable innovative smart multi-purpose poles that will redefine NAC’s urban landscape. NAC will supplement the grant by 20K for operation and maintenance, taking the overall project value to GBP 262,765.

The SIPP is a pivotal component of DSITs Advanced Wireless Innovation Strategy. The strategy aims to be a catalyst for economic growth, connectivity enhancement, and the promotion of sustainable practices. This strategic investment will enable the procurement of state-of-the-art multi-purpose poles, in place of traditional single-use street furniture for a more versatile and sustainable infrastructure that supports a multiple use case ecosystem.

Central to this endeavour is the Maritime Mile, the route from the Irvine train station to Irvine Beach Park, where the aim is to transform the area into a national waterfront destination. The Maritime Mile is one component of the ‘Great Harbour’ – a transformation of the waterfront in Irvine, North Ayrshire. The Great Harbour is a key component of the GBP 251m Ayrshire Growth Deal and is one of the most ambitious and transformational regeneration tourism proposals for the region. This significant investment is intended to regenerate the waterfront, turning it into a hub of transformational tourism and an exemplar of modern Smart Connected Places.

Structured around key use cases such as CCTV/security, movement detection, waste detection, and the enhancement of visitor and business connectivity, the project is also poised to consider the integration of EV charging points and augmented reality experiences in the future. NAC’s forward-thinking approach paints a future where the power of advanced wireless connectivity smartens public services and puts Smart Connected Places at the core of urban development.

II.1.5) Estimated total value

Value excluding VAT: £262,765

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45233293 - Installation of street furniture
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance

Irvine - Maritime Mile, the route from the Irvine train station to Irvine Beach Park.

II.2.4) Description of the procurement

NAC invites tenders for the ‘Smart Infrastructure Pilot Programme’ as detailed in the Invitation to Tender (“ITT”). The resultant contract is anticipated to commence 19th August 2024 until 31st October 2025 (this includes an initial installation period and an additional 12 month operation and maintenance period). Thereafter, there will be an option to extend by up to 4 years. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding.

The contract will be let on NAC’s standard conditions of contract for the purchase of goods and related services.

II.2.5) Award criteria

Quality criterion - Name: 1. Approach to meeting the technical specification / Weighting: 20

Quality criterion - Name: 2. Approach to meeting the enabling works specifications for power, connectivity, and foundations / Weighting: 15

Quality criterion - Name: 3. Approach to meeting the operation, maintenance and service management requirements / Weighting: 7.5

Quality criterion - Name: 4. Approach to project management / Weighting: 5

Quality criterion - Name: Approach to resourcing / project team / Weighting: 2.5

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £262,765

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

19 August 2024

End date

31 October 2024

This contract is subject to renewal

Yes

Description of renewals

Option to extend by up to 48 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

NAC may consider use of Regulation 33(8) for additional operational and maintenance requirements on contract expiry, as outlined in the procurement documents.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships.

The contractor and/or sub-contractor who is responsible for all electrical installations must be a member of the NICEIC or ECA of Scotland or hold an equivalent membership.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum yearly “specific” turnover of 480,000 GBP for the last 3 years in the business area covered by the contract. Where the supplier relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement NAC may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium NAC will require each consortia member to meet the financial selection requirements contained in the procurement documents.

Bidders who cannot meet the required level of turnover will be excluded from this tender.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

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:

Employer’s Liability Insurance = 10,000,000 GBP in respect of any one event

Public Liability Insurance 10,000,000 GBP in respect of any one event

Product Liability Insurance 10,000,000 GBP in the aggregate

Professional Indemnity Insurance 1,000,000 GBP in the aggregate, plus a period of 6 years following completion of the whole of the project or earlier termination.

Third-Party Motor Vehicle Insurance (a valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide a minimum of 2 examples of contracts carried out in the past 3 years that demonstrates they have the relevant experience to deliver the contract as described in the Contract Notice. Examples must be of a similar value, size and scope and involved integrating 4G or 5G networks or Smart Technologies. Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References must be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms.

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.

Bidders are required to confirm the supplier's staff have the following relevant educational and professional qualifications:

Supplier must ensure that only trained and competent operatives are engaged in the works. Operatives MUST therefore have a valid Street Works Qualification as Operative, Supervisor or both in accordance with the New Roads and Street Works Act (NRSWA) 1991 and associated Regulations. The qualifications held must also be appropriate for the work being carried out.

Suppliers must also hold the following certifications:

Highway Electrical Registration Scheme – (S)JIB/ECS Certification

G39 Electrical Safety (in the planning, installation, commissioning and maintenance of public lighting and other street furniture) Certification

Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Included for uptime, maintenance, load testing and performance and service review. Refer to Invitation to Tender (ITT) for more details.

Any community benefits offered will also become a performance condition.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

26 June 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 25 October 2024

IV.2.7) Conditions for opening of tenders

Date

26 June 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Lots are not being used for this tender for the reasons stated below:

Nature of the contract is not suitable for lots.

Delivery of the contract is location specific.

Would require additional contract management resource which is not available.

Quality Management Procedures

1. 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 a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (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 the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.

Bidders 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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26524. 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:

Community benefits will be required on a voluntary basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:766556)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Telephone

+44 1563550024

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/