Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Person cyswllt: Rachel O'Neill
Ffôn: +44 3003000300
E-bost: cpu@renfrewshire.gov.uk
NUTS: UKM83
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.renfrewshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Framework Agreement for the Provision of Connectivity as a Service
Cyfeirnod: RC-CPU-19-272
II.1.2) Prif god CPV
32400000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
64200000
72400000
72720000
64210000
72000000
32410000
72710000
64227000
72315000
72315100
72315200
72222300
II.2.3) Man cyflawni
Cod NUTS:
UKM83
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical Specification for Current Scope of Services
/ Pwysoliad: 25
Maes prawf ansawdd: Technical Specification for Future Scope of Services
/ Pwysoliad: 10
Maes prawf ansawdd: Security
/ Pwysoliad: 5
Maes prawf ansawdd: Operation, Support and Maintenance
/ Pwysoliad: 5
Maes prawf ansawdd: Team and Capacity
/ Pwysoliad: 10
Maes prawf ansawdd: Billing
/ Pwysoliad: 5
Maes prawf ansawdd: Transition, Commissioning and Project Management
/ Pwysoliad: 5
Maes prawf ansawdd: Innovation and Continuous Improvement
/ Pwysoliad: 5
Maes prawf ansawdd: Regulations, Standards and Accreditations
/ Pwysoliad: 5
Maes prawf ansawdd: Fair Work Practices
/ Pwysoliad: 5
Maes prawf ansawdd: Value Added Services
/ Pwysoliad: 10
Maes prawf ansawdd: Exit Strategy
/ Pwysoliad: 5
Maes prawf ansawdd: Community Benefits
/ Pwysoliad: 5
Price
/ Pwysoliad:
20 %
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/05/2020
Diwedd:
30/04/2040
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
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) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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) Statws economaidd ac ariannol
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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) Amodau sy’n gysylltiedig â’r contract
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: 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) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
31/01/2020
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
30/06/2020
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
31/01/2020
Amser lleol: 12:00
Place:
Renfrewshire House, Cotton Street, Paisley.
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
Tenders will be opened in accordance with the Council's standing orders relating to contracts.
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
It is expected that this requirement will be retendered when the framework period comes to an end.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
See V1.4.3 below
See V1.4.3 below
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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) Dyddiad anfon yr hysbysiad hwn
09/12/2019