Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Framework Agreement for the Provision of Connectivity as a Service

  • First published: 07 May 2020
  • Last modified: 07 May 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Renfrewshire Council
Authority ID:
AA78340
Publication date:
07 May 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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.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

72720000

 

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.1.7) Total value of the procurement

Value excluding VAT: 10 000 000.00  GBP

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

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.2.11) 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 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

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 240-589068

Section V: Award of contract

Contract No: RC-CPU-19-272

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/04/2020

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 3

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Commsworld Ltd

Commsworld House, 39-45 Peffer Place

Edinburgh

EH16 4BB

UK

Telephone: +00 7770123960

NUTS: UKM75

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 35 %

Section VI: Complementary information

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.

(SC Ref:620815)

VI.4) Procedures for review

VI.4.1) Review body

Paisley Sheriff Court

3 St James Street

Paisley

PA3 -2HL

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

04/05/2020

Coding

Commodity categories

ID Title Parent category
72315000 Data network management and support services Data-processing services
72315200 Data network management services Data network management and support services
72315100 Data network support services Data network management and support services
72222300 Information technology services Information systems or technology strategic review and planning services
64227000 Integrated telecommunications services Telecommunication services except telephone and data transmission services
72400000 Internet services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
32410000 Local area network Networks
72710000 Local area network services Computer network services
64200000 Telecommunications services Postal and telecommunications services
64210000 Telephone and data transmission services Telecommunications services
72720000 Wide area network services Computer network services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
cpu@renfrewshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.