Award

SLC - Supply & Support of Communications Hardware, Software & Licensing

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

07 Jul 2023 at 14:14

Tender

01 Nov 2022 at 09:53

Summary of the contracting process

The South Lanarkshire Council has recently completed a procurement process for the supply and support of communications hardware, software, and licensing services. The tender, titled "SLC - Supply & Support of Communications Hardware, Software & Licensing," falls under the information technology services category. The procurement stage was in the Award stage, with a contract value of £2,296,590 GBP signed on 6th March 2023. The process was conducted through an open procedure, and the tender was awarded to Insight Direct (UK) Ltd. The closing date for submitting tenders was on 6th December 2022. The buying organization, South Lanarkshire Council, is situated in Hamilton, UK.

This tender for communications services by South Lanarkshire Council presents significant business growth opportunities for companies providing IT services and solutions. Businesses capable of supplying and supporting a range of communications hardware, software, and licensing solutions directly from various manufacturers would be well-suited to compete. The procurement method was based on Quality (Technical) 60% and Price (Commercial) 40%, with requirements for community benefits as part of the bid. The procurement process has potential for businesses to engage in a long-term contract period until 31st March 2028, with a possible extension up to 31st March 2029. Interested businesses can find detailed information on the Council's requirements at the provided links and be prepared for the next opportunity.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

SLC - Supply & Support of Communications Hardware, Software & Licensing

Notice Description

The Council has a requirement for 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.

Lot Information

Lot 1

An invitation to tender was published on 2 November 2022 via Public Contracts Scotland Tender (PCS-T) with the closing date for submitting tenders 12 noon on 6 December 2022. Tenders were invited on a Price / Quality basis. After being assessed on the relevant SPD criteria as outlined in the contract notice the following weightings were used to determine the most economically advantageous tender: Quality (Technical ) 60% Price (Commercial) 40% The successful Bidder was the one which achieved the highest combined Quality (Technical) / Price (Commercial) score. Bidders were required to provide community benefits as part of their bid. They were required to choose from the Council's menu of Community Benefits to achieve the minimum points (200) required for the contract. Additional information: The successful bidder Insight Direct (UK) Ltd has committed to deliver 210 community benefit points throughout the duration of the contract.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-037ded
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019494-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

72222300 - Information technology services

Notice Value(s)

Tender Value
£4,365,143 £1M-£10M
Lots Value
£4,365,143 £1M-£10M
Awards Value
Not specified
Contracts Value
£2,296,590 £1M-£10M

Notice Dates

Publication Date
7 Jul 20232 years ago
Submission Deadline
1 Dec 2022Expired
Future Notice Date
Not specified
Award Date
6 Mar 20233 years ago
Contract Period
31 Mar 2023 - 31 Mar 2028 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AA
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

Supplier Information

Number of Suppliers
1
Supplier Name

INSIGHT DIRECT (UK

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-037ded-2023-07-07T15:14:57+01:00",
    "date": "2023-07-07T15:14:57+01:00",
    "ocid": "ocds-h6vhtk-037ded",
    "description": "(SC Ref:731967)",
    "initiationType": "tender",
    "tender": {
        "id": "SLC/PS/FINCOR/22/082",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SLC - Supply & Support of Communications Hardware, Software & Licensing",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "mainProcurementCategory": "services",
        "description": "The Council has a requirement for 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.",
        "value": {
            "amount": 4365143,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "An invitation to tender was published on 2 November 2022 via Public Contracts Scotland Tender (PCS-T) with the closing date for submitting tenders 12 noon on 6 December 2022. Tenders were invited on a Price / Quality basis. After being assessed on the relevant SPD criteria as outlined in the contract notice the following weightings were used to determine the most economically advantageous tender: Quality (Technical ) 60% Price (Commercial) 40% The successful Bidder was the one which achieved the highest combined Quality (Technical) / Price (Commercial) score. Bidders were required to provide community benefits as part of their bid. They were required to choose from the Council's menu of Community Benefits to achieve the minimum points (200) required for the contract. Additional information: The successful bidder Insight Direct (UK) Ltd has committed to deliver 210 community benefit points throughout the duration of the contract.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 4365143,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2023-04-01T00:00:00+01:00",
                    "endDate": "2028-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. SPD Question 4A.2 Authorisation/Membership Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "SPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided. SPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims. Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD Question 4C.1.2 Technical and Professional Ability It is a requirement of this tender that the Bidder can demonstrate in their response to questions 4C.1.2 that they have held contracts of a similar nature, size and value to those mentioned in the Specification, within the last three years. A minimum of 3 examples and a maximum of 5 examples should be provided. The Council reserves the right to verify any information with the relevant Company / Authority. SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting) Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. SPD Question 4D.1 Quality Assurance Schemes The Bidder must have the following: - a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-12-01T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-12-01T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-12-01T12:00:00Z",
            "address": {
                "streetAddress": "South Lanarkshire Council"
            },
            "description": "Sealed sequential opening"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "Please note, the alternative review body to the local Sheriff Court detailed in VI.4.1 is:"
    },
    "parties": [
        {
            "id": "GB-FTS-1037",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Marie McGowan",
                "telephone": "+44 1698454184",
                "email": "marie.mcgowan@southlanarkshire.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.southlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4311",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698282957",
                "email": "hamiltoncivl@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.scotscourts.gov.uk"
            }
        },
        {
            "id": "GB-FTS-54767",
            "name": "Insight Direct (UK) Ltd",
            "identifier": {
                "legalName": "Insight Direct (UK) Ltd"
            },
            "address": {
                "streetAddress": "5 Candymill Lane",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0FD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-2541",
            "name": "Court of Session",
            "identifier": {
                "legalName": "Court of Session"
            },
            "address": {
                "streetAddress": "Parliament House, Parliament Square",
                "locality": "Edinburgh",
                "postalCode": "EH1 1RQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312252595",
                "email": "supreme.courts@scotcourts.gov.uk"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1037",
        "name": "South Lanarkshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000731967"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "019494-2023-SLC/PS/SW/22/082-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-54767",
                    "name": "Insight Direct (UK) Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "019494-2023-SLC/PS/SW/22/082-1",
            "awardID": "019494-2023-SLC/PS/SW/22/082-1",
            "status": "active",
            "value": {
                "amount": 2296590,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-06T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}