Installation and Maintenance of Network Cabling – Irvine
North Ayrshire Council requires the installation and maintenance of network cabling and related services.
United Kingdom-Irvine: Network cabling
2018/S 061-135136
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Cunninghame House, Friars Croft
Irvine
KA12 8EE
United Kingdom
Telephone: +44 1294324730
E-mail: procurement@north-ayrshire.gov.uk
Fax: +44 1294324054
NUTS code: UKM93
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Installation & Maintenance of Network Cabling & Related Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
North Ayrshire Council requires the Installation & maintenance of network cabling & related services including supply and maintenance of small PABX telephony systems, across the full estate of council properties including the Islands of Arran & Cumbrae, and is seeking to establish a ranked framework agreement.
It is envisioned that the framework agreement will have between 1-3 service providers but may have up to a maximum of 5.
The framework agreement is expected to commence 1.8.2018 and will be for a fixed period of 4 years ending 31.7.2022.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
North Ayrshire Council has an on-going requirement for the installation & maintenance of network cabling & related services including supply and maintenance of small PABX telephony systems, across the full estate of council properties and is seeking to establish a ranked framework agreement to service this requirement.
It is envisioned that the framework agreement will have a single or multiple service providers between 1-3 service providers but up to a maximum of 5.
The council has a large estate comprising of office accommodation, schools, libraries, training facilities, community centres, etc. and this contract will cover all council properties throughout the North Ayrshire Council area including the Islands of Arran & Cumbrae.
The framework agreement is expected to commence 1.8.2018 and will be for a fixed period of 4 years.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
If required by the member state, 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.
III.1.2)Economic and financial standing
Bidders will be required to have a minimum “general” yearly turnover of 250 000 GBP for the last 3 years:
Bidders will be required to have a minimum yearly turnover of 250 000 GBP for the last 3 years in the business area covered by the contract.
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 /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 (compulsory) liability insurance = 10 000 000 GBP.
http://www.hse.gov.uk/pubns/hse40.pdf
Public liability insurance = 10 000 000 GBP.
III.1.3)Technical and professional ability
Bidders will be required to provide 2 examples, within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this contract notice. The experience provided will be for projects of a similar value, size and scope.
Unsatisfactory experience will result in a fail and exclusion from the tender process.
Bidders must provide 2 satisfactory references from 2 different contracts within the last 3 years on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar nature, value scope and size. Completed reference templates must be uploaded into the general attachments area of the qualification envelope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
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 this contract notice.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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 2. A quality management policy authorised by their Chief Executive or equivalent. Please see the ESPD Guidance documents in the instruction to tenderers document for full details.
Environmental management standards.
1— 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 2. an environmental management policy authorised by their chief executive or equivalent. Please see the ESPD Guidance within the instruction to tenderers document for full details,
health & safety procedures.
1— 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 2. A health & safety policy authorised by their chief executive or equivalent, full details are contained within the ESPD guidance form within the Instructions to tenderers document
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
North Ayrshire Council have decided not to use Lots for this tender for the reason(s) stated below:
Nature of the contract not suitable for lots.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10511. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
— supply chain initiatives,
— education & community engagement.
(SC Ref:536472)
VI.4.1)Review body
Cunninghame House, Friars Croft
Irvine
KA12 8EE
United Kingdom
Telephone: +44 1294324730
Fax: +44 1294324054Internet address:http://www.north-ayrshire.gov.uk
VI.5)Date of dispatch of this notice:
Read More
United Utilities Network Redesign Tender
Cisco Supply Maintenance and Consultancy – King’s College London
Wide Area Network Links – Tender Notice