Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Contact person: Rachel O'Neill
Telephone: +44 3003000300
E-mail: cpu@renfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Framework Agreement for the Provision of Connectivity as a Service
Reference number: RC-CPU-19-272
II.1.2) Main CPV code
32400000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement involves the establishment of a framework agreement with a single service provider (Framework Contract) to meet the Council's current connectivity needs with the potential for future connectivity needs as part of the landmark initiative — ‘Connectivity as a Service’ (CaaS) to support the Council- delivering the Council’s connectivity needs now, and as they evolve over the next 20 years.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
64200000
72400000
72720000
64210000
72000000
32410000
72710000
64227000
72315000
72315100
72315200
72222300
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
This procurement involves the establishment of a framework agreement with a single service provider (Framework Contract) in accordance with Regulation 34 (6) to meet the Council’s current connectivity needs with the potential for other future connectivity needs as more fully described in the specification. The Framework Contract will be for longer than the usual 4 years (Regulation 34(4) due to the nature of the services required, the costs of investment and the market for such services. The Framework Contract will be for a period of up to 20 years (15 years extension of 5 years).
This Framework Contract is to provision digital connectivity to Council Sites. The successful tenderer (Service Provider) must be flexible and capable of providing the Council's current and potential future connectivity needs as they evolve during the Framework Contract period, using any appropriate evolving technologies in this area.
Tenderers are required to propose value added services to support the digital ambition set out in the Council’s Digital Strategy and in the Council Plan and any modification to these arrangements during the Framework Contract period.
Services will be provided to the Council following receipt of a relevant order form as set out in the procedure noted in the specification and conditions of contract. While direct award, where appropriate, is the intended route for initial services the Council reserves the right to seek quotes for future services.
The Council has 4 identified connectivity contracts which will form the initial services sought under this Framework Contract:
1) Wide Area Network (WAN) Connectivity (fibre or equivalent) to Council sites;
2) Internet access;
3) Connectivity to CCTV sites;
4) Connectivity to traffic light sites (Urban Traffic Control).
The Council has identified Future Services which may be provided by the Service Provider under this framework include connectivity for:
1) Enterprise telephony (fixed and cellular);
2) Public WIFI;
3) Enterprise WLAN;
4) Internet of Things (IoT) including network, sensors and application management.
Furthermore, the scope of future services that may be further extended to the following areas including but are not limited to:
1) Managed and unmanaged hosting/data centres services;
2) Enterprise LAN;
3) Security services such as URL filtering;
4) Cloud connectivity such as such as express route to azure;
5) Remote workers access;
6) Networks and network services within IaaS.
Before the Council creates a call-off contract for any future services under this Framework Contract, it will ensure value for money will be achieved by utilising the framework in accordance with the call-off instructions contained within the invitation to tender which can be found on PCST project number 14983.
Tenderers shall acknowledge that the Council reserves the right not to award any potential future services to the successful service provider and may conduct a separate procurement exercise outside the terms of the Framework Contract for the delivery of any future services and award such future services to third parties.
Tenderers shall acknowledge that no form of exclusivity or volume guarantee will be granted for future services and the Council is entitled to enter into contractual arrangements with other Service Providers for such services where best value or operational reasons require.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Specification for Current Scope of Services
/ Weighting: 25
Quality criterion: Technical Specification for Future Scope of Services
/ Weighting: 10
Quality criterion: Security
/ Weighting: 5
Quality criterion: Operation, Support and Maintenance
/ Weighting: 5
Quality criterion: Team and Capacity
/ Weighting: 10
Quality criterion: Billing
/ Weighting: 5
Quality criterion: Transition, Commissioning and Project Management
/ Weighting: 5
Quality criterion: Innovation and Continuous Improvement
/ Weighting: 5
Quality criterion: Regulations, Standards and Accreditations
/ Weighting: 5
Quality criterion: Fair Work Practices
/ Weighting: 5
Quality criterion: Value Added Services
/ Weighting: 10
Quality criterion: Exit Strategy
/ Weighting: 5
Quality criterion: Community Benefits
/ Weighting: 5
Price
/ Weighting:
20 %
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2020
End:
30/04/2040
This contract is subject to renewal: Yes
Description of renewals:
The framework agreement will be in place for 15 years with the option to extend for a further 5 years however call offs may extend beyond this date.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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:
Tenderers must be registered under the United Kingdom’s Electronic Communications Code.
https://www.ofcom.org.uk/phones-telecoms-and-internet/information-for-industry/policy/electronic-comm-code/register-of-persons-with-powers-under-the-electronic-communications-code
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
The Council will utilise Dun and Bradstreet (D&B) to calculate a Failure Score. Tenderers (including all participants in a group) are required to have a failure score of 40 or above in order to demonstrate its financial strength and stability. For further information regarding evidencing financial stability can be found within the invitation to tender attached to the general attachment area on PCS-T project number 4983.
Where the tenderer is under no obligation to publish accounts and therefore does not have a D&B failure score, they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that they Council may asses these accounts to determine the suitability of the tenderer to undertake a Framework of this size and duration.
It is a requirement of this Framework Contract and any call-off made under it that Tenderers hold, or can commit to obtain prior to the commence of the Framework Contract and maintain for any subsequently awarded call-off contract, the types and levels of insurance indicated below:
Employer’s (compulsory) liability insurance = statutory minimum 5 000 000 GBP each and every claim;
Public liability insurance = minimum 5 000 000 GBP for a single event or a series of related events and in the aggregate;
Products liability insurance = minimum 1 000 000 GBP for a single event or a series of related events and in the aggregate;
Professional Indemnity Insurance = minimum 1 000 000 GBP for single event or a series of related events and in the aggregate.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services described in this contract notice.
Bidders will be required to confirm their average annual manpower for the last 3 years
Bidders will be required to confirm the number of managerial staff in their organisation for the last 3 years.
Bidders will be required to confirm whether they intend to subcontract any call-off contracts and, if so, for what proportion of the call-off contract (Where the bidder intends to sub-contract more than 25 % of any call-off contract value to a single sub-contractor, a financial report will be carried out on the sub-contractor. The Council reserve the right to request one copy of all sub-contractors last 2 years audited accounts and details of significant changes since the last year end. The Council also reserve the right to reject the use of sub-contractors in relation to a call-off contract, where they fail to meet the Council's minimum financial criteria).
III.2) Conditions related to the contract
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
Justification for any framework agreement duration exceeding 4 years: The Council recognises the requirements s34(2) contained in the Public Contract (Scotland) Regulations 2015. Due to the nature of the market for connectivity and the investment required by Service Providers in this market a Framework term of 15 years with the option to extend for a period of 5 years at the discretion of the Council is justified.
IV.1.8) Information about 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:
31/01/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
30/06/2020
IV.2.7) Conditions for opening of tenders
Date:
31/01/2020
Local time: 12:00
Place:
Renfrewshire House, Cotton Street, Paisley.
Information about authorised persons and opening procedure:
Tenders will be opened in accordance with the Council's standing orders relating to contracts.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
It is expected that this requirement will be retendered when the framework period comes to an end.
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
The Council recognises the requirements s34(2) contained in the Public Contract (Scotland) Regulations 2015. Due to the nature of the market for connectivity and the investment required by Service Providers in this market a framework term of 15 years with the option to extend for a period of 5 years at the discretion of the Council is justified.
All additional information relevant to this procurement exercise is detailed within the invitation to tender document which can be found on PCS-T project number 14893.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14893. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Tenderers are asked to complete a Community Benefit (CB) Outcome Menu for a technical value of 5 % out of 100 %. Full instructions regarding how to complete the Community Benefit (CB) Outcome Menu will be contained within the Invitation to Tender which can be found on PCS-T project number 14893.
(SC Ref:602695)
VI.4) Procedures for review
VI.4.1) Review body
See V1.4.3 below
See V1.4.3 below
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.
VI.5) Date of dispatch of this notice
09/12/2019