Notice Information
Notice Title
Network Field Support, Break Fix Services
Notice Description
CFL has a need for Network Field Support, Break Fix Services and Additional Network Services as and when required by the business. The contract will cover services required for maintaining the network infrastructure. Wireless LAN Management Wide Area Network Management Radwin (point-to-point long range WIFI) High site equipment Incident and Problem Management (Remote and On-Site) break/fix requirement, problem solving and RMA of specific assets.
Lot Information
Lot 1
The strategic objective is to have a Framework Contract with multiple suppliers providing Network Field Support, Break Fix Services and additional Network services such as new installations etc. that recognizes value for money, cost reduction, reliability and service continuity whilst also achieving standardisation of services throughout the fleet and leveraging economies of scale. DML has a need services for Network Field Support, Break Fix Services and Additional Network Services for use as and when required by the business. The contract will cover services required for maintaining the network infrastructure, covering the agreed contractual period. LAN at all sites Wireless LAN Management Wide Area Network Management Radwin (point-to-point long range WIFI) High site equipment Incident and Problem Management (Remote and On-Site) Hardware Return Merchandise Authorisation (RMA) Preventative Maintenance Hardware Asset Management Additional Hardware Maintenance Hardware Lifecycle Management Monthly Service Reporting As the successful Framework providers will have the ability to not only bid for the initial managed service call off for Network support but for all further works including design, installation, cable management, decommissioning adds, moves and changes we would expect a matrix costing for these types works to be included in Framework responses. Additional information: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02bf44
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014289-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
50 - Repair and maintenance services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
32400000 - Networks
32410000 - Local area network
32413100 - Network routers
32420000 - Network equipment
32421000 - Network cabling
32422000 - Network components
32424000 - Network infrastructure
32428000 - Network upgrade
32430000 - Wide area network
50312300 - Maintenance and repair of data network equipment
50312310 - Maintenance of data network equipment
50312320 - Repair of data network equipment
72710000 - Local area network services
Notice Value(s)
- Tender Value
- £1,650,000 £1M-£10M
- Lots Value
- £1,650,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Jun 20214 years ago
- Submission Deadline
- 23 Jul 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- 12 months before contract end date
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DAVID MACBRAYNE LIMITED
- Contact Name
- Denis Lyden
- Contact Email
- denis.lyden@calmac.co.uk
- Contact Phone
- +44 7816094069
Buyer Location
- Locality
- GOUROCK
- Postcode
- PA19 1QP
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde West
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02bf44-2021-06-23T11:45:03+01:00",
"date": "2021-06-23T11:45:03+01:00",
"ocid": "ocds-h6vhtk-02bf44",
"description": "Estimated Value of the initial term is 1,650,000 GBP. Questions in the ITT will be scored using the following methodology: 100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION -Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run along the same lines as a Restricted procedure. This requires interested parties to complete a pre-qualification stage by submitting a SPD before being invited to submit a tender. This down selection process allows us to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s). Under CPN tenders are submitted from down selected suppliers and are then subject to evaluation and negotiation and then re-submitted to finalise positions and allow selection of a preferred bidder. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 19008. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:657842)",
"initiationType": "tender",
"tender": {
"id": "ITNW21-001",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Network Field Support, Break Fix Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72710000",
"description": "Local area network services"
},
"mainProcurementCategory": "services",
"description": "CFL has a need for Network Field Support, Break Fix Services and Additional Network Services as and when required by the business. The contract will cover services required for maintaining the network infrastructure. Wireless LAN Management Wide Area Network Management Radwin (point-to-point long range WIFI) High site equipment Incident and Problem Management (Remote and On-Site) break/fix requirement, problem solving and RMA of specific assets.",
"value": {
"amount": 1650000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The strategic objective is to have a Framework Contract with multiple suppliers providing Network Field Support, Break Fix Services and additional Network services such as new installations etc. that recognizes value for money, cost reduction, reliability and service continuity whilst also achieving standardisation of services throughout the fleet and leveraging economies of scale. DML has a need services for Network Field Support, Break Fix Services and Additional Network Services for use as and when required by the business. The contract will cover services required for maintaining the network infrastructure, covering the agreed contractual period. LAN at all sites Wireless LAN Management Wide Area Network Management Radwin (point-to-point long range WIFI) High site equipment Incident and Problem Management (Remote and On-Site) Hardware Return Merchandise Authorisation (RMA) Preventative Maintenance Hardware Asset Management Additional Hardware Maintenance Hardware Lifecycle Management Monthly Service Reporting As the successful Framework providers will have the ability to not only bid for the initial managed service call off for Network support but for all further works including design, installation, cable management, decommissioning adds, moves and changes we would expect a matrix costing for these types works to be included in Framework responses. Additional information: 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 1650000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"selectionCriteria": {
"description": "The Procurement will be conducted through the use of the Competitive Procedure with Negotiation. All queries about this procurement must be made via the PCS-T messaging system. The process we will apply is: Statements including the specific requirements can be found within Section III.1.3 of the Contract Notice. Bidders must pass the minimum standards sections of the SPD(Scotland). Part III and Section B and D of Part IV will be scored on a pass/fail basis, and section C of part IV of the ESPD(Scotland) will be scored in the following way: Questions 4C 1.2 of the SPD will be scored using the following methodology: 100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. The responses to the questions at Section III.1.3 of the Contract Notice will be weighted in the following way. Please see SPD(Scotland) Question 4C.1.2: 100%. A full breakdown of the sub-criteria is provided at III.1.3. DML will take a minimum of three highest scoring bidders through and they will be invited to submit a tender."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32410000",
"description": "Local area network"
},
{
"scheme": "CPV",
"id": "32400000",
"description": "Networks"
},
{
"scheme": "CPV",
"id": "32413100",
"description": "Network routers"
},
{
"scheme": "CPV",
"id": "32420000",
"description": "Network equipment"
},
{
"scheme": "CPV",
"id": "32421000",
"description": "Network cabling"
},
{
"scheme": "CPV",
"id": "32422000",
"description": "Network components"
},
{
"scheme": "CPV",
"id": "32424000",
"description": "Network infrastructure"
},
{
"scheme": "CPV",
"id": "32428000",
"description": "Network upgrade"
},
{
"scheme": "CPV",
"id": "32430000",
"description": "Wide area network"
},
{
"scheme": "CPV",
"id": "50312300",
"description": "Maintenance and repair of data network equipment"
},
{
"scheme": "CPV",
"id": "50312310",
"description": "Maintenance of data network equipment"
},
{
"scheme": "CPV",
"id": "50312320",
"description": "Repair of data network equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the SPD Statement for 4B Bidders must demonstrate a Return on Capital Employed at a ratio of greater than Zero. Ratio will be calculated as follows; Net profit after Tax divided by Net Assets (Total assets less Current Liabilities) Bidders must demonstrate a Current Ratio of greater than 1. Current Ratio will be calculated as follows; Net Current Assets divided by Net Current Liabilities There must be no qualification or contra-indication from any evidence provided in support of the bidder's economic and financial standing Statement for 4B1.1 Bidders must provide their (\"general\") yearly turnover for the last 3 financial years. Statement for 4B5.1-3 It is a requirement for this contract that bidders hold or commit to obtain prior to the commencement of any subsequently awarded contract the types of Insurance indicated below; Employer's (Compulsory) Liability Insurance = 5 Million GBP Public Liability Insurance = 5 Million GBP Professional Indemnity Insurance = 5 Million GBP",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "This SPD is designed to allow CFL to review evidence of prior experience and should not make forward-looking statements or predict where products or features may have utility for CFL.",
"minimum": "Q4C 1.2 of the SPD (Weighting 100%) - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the Network Field Support Services described in part II.2.4 of the Contract Notice. The question is split into six weighted sections and should be from the last 3 years as follows: Q1 - Please evidence that your organisations experience in delivering of the following Network support requirements: Wireless LAN Management Wide Area Network Management Radwin (point-to-point long range WIFI) High site equipment Incident and Problem Management (Remote and On-Site) Break/fix requirement - Problem solving and RMA of specific assets Your response must include at least three examples. (Weighting 45%) Q2 - Please evidence how you have supported customers in the period between contract award and the handover to you as the new support partner and 'business as usual'. Please provide at least two examples from the past 3 years. (Weighting 20%) Q3 - Please provide examples of your organisations approach to Continual Service Improvements. Please provide two or more examples from recent contracts. Examples might include your approach to how the service is delivered but also how the systems are designed and operated.(Weighting 15%) Q4 - Please demonstrate where your service support offering has delivered enhanced reporting and analytical capability to your clients via enhanced monthly reporting, Hardware Lifecycle Management etc. Please include examples of two clients, stating how these clients have used this capability and the value it has added.(Weighting 20%) Q4C.7 of the ESPD (Weighting Pass/Fail) - Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards. Q4D.1 of the ESPD (Weighting Pass/Fail) Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required Quality Assurance standards in accordance with BS EN 9001:2015 (or equivalent) or produce other means of proof concerning their quality assurance schemes",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2021-08-02T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-07-23T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "12 months before contract end date"
}
},
"parties": [
{
"id": "GB-FTS-19004",
"name": "David MacBrayne Limited",
"identifier": {
"legalName": "David MacBrayne Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Denis Lyden",
"telephone": "+44 7816094069",
"email": "denis.lyden@calmac.co.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.calmac.co.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Ferry Operator, Transport"
}
]
}
},
{
"id": "GB-FTS-10288",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "1 Nelson Street",
"locality": "Greenock",
"postalCode": "PA15 1TR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1475787073",
"email": "greenock@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-19004",
"name": "David MacBrayne Limited"
},
"language": "en"
}