Supply & Support of Communications Hardware, Software & Licensing
A Tender Notice
by SOUTH LANARKSHIRE COUNCIL
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 5 year
- Value
- 4M
- Sector
- TECHNOLOGY
- Published
- 01 Nov 2022
- Delivery
- 01 Apr 2023 to 31 Mar 2028
- Deadline
- 01 Dec 2022 12:00
Concepts
- software & licensing
- software & licensing requirements of lanarkshire valuation joint board and south lanarkshire leisure and culture trust
- hamilton
- information technology
- council’s communications hardware
- council’s communications hardware, software & licensing supply and support requirements
- communications hardware, software & licensing requirements of lanarkshire valuation joint board
- hardware
- communications hardware
- communications equipment
Location
Hamilton
2 buyers
- South Lanarkshire Council Hamilton
Description
The Contract will primarily cover the Council’s communications hardware (including installation), software & licensing supply and support requirements, and the communications hardware, software & licensing requirements of Lanarkshire Valuation Joint Board and South Lanarkshire Leisure and Culture Trust. Although the contract is likely to involve approximately 787 communications devices bidders should note that this number may vary during the Contract Period. The Council reserves the right to vary the number of communications hardware, software and licensing covered by the contract in the event that changes are made to the Council’s current ICT environment. The following are not included in this contract: -the supply of structured cabling or power -the supply of desktop, laptop, or mobile devices -the supply of Wide Area Network Telco connections
Total Quantity or Scope
The Contract will primarily cover the Council’s communications hardware, software & licensing supply and support requirements, and the communications hardware, software & licensing requirements of Lanarkshire Valuation Joint Board and South Lanarkshire Leisure and Culture Trust. … Summary of Services Required: - The Council’s outline requirements are as follows: SUPPLY -The ability to source and supply a range of communications hardware, software and licensing directly from a variety of manufacturers. The current range is highlighted in Attachment 23. -Refresh/replacement of existing communications equipment at the Council’s discretion -Build and installation of the communications equipment to any location in South Lanarkshire approved by the Council or to shared data hub facilities some of which may be outside the South Lanarkshire Council area. -Moves, adds and changes -Consultancy & professional services SUPPORT OF COMMUNICATIONS EQUIPMENT AND SOFTWARE -Asset & configuration management -Incident & problem management -Security and functionality patch management -24-Hour Service monitoring and reporting of selected equipment as noted in Attachment 23. CHARGING AND BILLING -Quarterly invoicing in arrears -Billing integration with the Council’s Financial Management System SERVICE TRANSITION -Provide experienced resources dedicated to assisting the Council in the seamless migration of the existing communications hardware, software, and licensing estate from the incumbent provider SERVICE AND ACCOUNT MANAGEMENT -Service proposals to address the specified requirements -Service level agreements -Monthly reporting -Continuous improvement plans -Annual performance appraisal CONTINUOUS IMPROVEMENT -Product, solution, and lifecycle briefings to ensure that the Council is aware and informed of product development -Benchmarking of prices throughout the duration of the contract -Identify efficiencies through innovation in the delivery of the required supplies and services The following Optional Services may be required from time to time and the Council may (at its discretion) request that the successful bidder provides these during the Contract Period subject to agreement being reached in accordance with the Change Control Process outlined in the contract: - -Provision of contract services to the Council’s educational & library establishments -Extended operating hours -Security management Continuity of service during transition from the current Contract is of the upmost importance. Continuity of service planning will include a requirement for the successful bidder to provide a detailed implementation plan for the transition from the current contract, while maintaining service provision in all areas as far as possible. The use of communications equipment is critical to the running of the Council’s business, and therefore continuity of service will be a high priority when evaluating supplier proposals.
Renewal Options
The Council will have the option to extend the contract for a further 1-year from 1 April 2028 to 31 March 2029 subject to the availability of funding, the contractor’s satisfactory performance, the Council having secured all necessary internal Council approvals and the Council being satisfied with the contractor’s financial standing.
Award Criteria
Quality | 60.0 |
PRICE | 40.0 |
CPV Codes
- 72222300 - Information technology services
- 44316400 - Hardware
- 50312600 - Maintenance and repair of information technology equipment
- 50312610 - Maintenance of information technology equipment
- 50312620 - Repair of information technology equipment
- 72267100 - Maintenance of information technology software
- 72267200 - Repair of information technology software
Indicators
- Bids should cover the whole contract.
- Renewals are available.
- Financial restrictions apply.
- Professional qualifications are sought.
- Award on basis of price.
Other Information
If interested in responding to the tender opportunity when it becomes available, please ensure that you are registered with PCS-T. SPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon. SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely. Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on. Exclusion Criteria 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. SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self-cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self-cleansing measures undertaken. Declarations and Certificates In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. SPD Q2D.1 Prompt Payment Certificate SPD Q3D.3 Human Rights Act Declaration Declaration Section *Form of Tender SPD Q3D.11 Non-Collusion Certificate SPD Q4B.5.1 Insurance Certificates SPD Q3A.1 to 3A.8 Serious and Organised Crime Declaration SPD Q3A.6 Modern Slavery Act 2015 Declaration Declaration Section Health and Safety Questionnaire Declaration Section Equalities *The ‘Form of Offer to Tender’ must be completed and uploaded within the relevant question in the Commercial Envelope. In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. Contract Notice Review Bodies Please note, the alternative review body to the local Sheriff Court detailed in VI.4.1 is: Court of Session Parliament House Parliament Square Edinburgh EH1 1RQ +44 1312252595 supreme.courts@scotcourts.gov.uk The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22738. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: The Council is committed to the promotion of community benefits. To provide the level of community benefits expected by the Council, a points-based system has been put in place which is based on value and length of the proposed contract. Using the Council’s community benefit matrix, the Council has calculated that the minimum total of 200 community benefit points which must be delivered under the initial 5 years of the contract. (SC Ref:711736)
Reference
- FTS 030767-2022