Award

The Supply, Maintenance and Monitoring of Network Hardware and Ad-hoc Procurement of IP Handsets

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Award

24 Jan 2017 at 00:00

Summary of the contracting process

The South Lanarkshire Council is conducting a public procurement process titled "The Supply, Maintenance and Monitoring of Network Hardware and Ad-hoc Procurement of IP Handsets". This tender, which falls under the services category, is part of an open procurement method and is currently active. The tender period is set to end on 30th September 2016, with the contract expected to be awarded shortly thereafter. The estimated total value of the contract over its lifetime is approximately £2,147,000, which includes a variety of services and options for ongoing support. The project will primarily take place in Hamilton, UK, and is aimed at enhancing the council's network infrastructure.

This tender offers significant opportunities for businesses specialising in network hardware procurement, maintenance, and associated consultancy services. Companies that have experience with network equipment sourcing, technical support, and the deployment of cutting-edge technologies will be particularly well-suited to compete. Additionally, businesses that can demonstrate compliance with quality assurance standards and have a solid financial track record are encouraged to participate. The projected scope of the contract's requirements, including potential community benefits, represents a valuable prospect for growth in the tech and public services sectors.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Supply, Maintenance and Monitoring of Network Hardware and Ad-hoc Procurement of IP Handsets

Notice Description

The Supply, Maintenance and Monitoring of Network Hardware and Ad-hoc Procurement of IP Handsets

Lot Information

Lot 1

The Council's outline requirements are as follows: - The ability to source and supply a range of network equipment directly from a variety of manufacturers. The current equipment range is highlighted in Attachment 10 of the tender documentation. - Refresh/replacement of existing network equipment at the Council's discretion - Product solution and lifecycle updates to ensure that the Council is aware and informed of product developments - Benchmarking of prices throughout the duration of the contract - Build and installation of the network equipment to any location in South Lanarkshire approved by the Council or to shared data centre hosting facilities some of which may be outside the South Lanarkshire Council area - The use of automated tools to roll out pre-configured builds to networked equipment - Support of network equipment .....Operating system .....Software licence management .....Hardware and software asset management .....Network & performance management .....Fault and warranty management .....Participation in problem management .....Moves and changes .....Patch management notification - Effective use of relevant new and emerging technologies which will enable the Council to meet its business objectives - Preparedness to work with the Council to deliver solutions in a flexible way and to explore ways to reduce service costs throughout the duration of the contract - Identify efficiencies through innovation in the delivery of the required supplies and services - Contract, programme, project and account management including: .....service proposals to address the specified requirements .....service level agreements .....quarterly reporting .....continuous improvement plans .....annual performance appraisal - Quarterly invoicing - Consultancy services The following optional services may be required from time to time: - Extended operating hours - Patch management - Supply and quarterly billing of Cisco Unified Communications Manager software maintenance and support - Supply and quarterly billing of Cisco Contact Centre Express software maintenance and support - Supply and quarterly billing of Cisco Meraki hardware and software maintenance and support The estimated annual value for support services is 87000GBP; in addition to an average annual product spend of 270000GBP. Therefore the estimated value of the contract over the whole contract life including any extension period is 2142000 GBP. This value is purely indicative and should not be interpreted as a guarantee of contract value. It should be noted that requirements for the Services may vary over the contract period.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000453175
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN270790
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50330000 - Maintenance services of telecommunications equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Jan 20179 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
23 Jan 20179 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Additional Buyers

SOUTH LANARKSHIRE LEISURE AND CULTURE LTD

THE LANARKSHIRE VALUATION JOINT BOARD

Contact Name
Shona Gordon
Contact Email
assessor@lanarkshire-vjb.gov.uk, customer.services@southlanarkshireleisure.co.uk, shona.gordon@southlanarkshire.gov.uk
Contact Phone
+44 01698454972, +44 1698476262

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
UKM38 South Lanarkshire

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

Further Information

Notice Documents

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-r6ebe6-0000453175-2017-01-24T00:00:00Z",
    "date": "2017-01-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000453175",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-13",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM38",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "name": "Shona Gordon",
                "email": "shona.gordon@southlanarkshire.gov.uk",
                "telephone": "+44 01698454972",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-14",
            "name": "South Lanarkshire Leisure and Culture Ltd",
            "identifier": {
                "legalName": "South Lanarkshire Leisure and Culture Ltd"
            },
            "address": {
                "streetAddress": "Floor 1, North Stand, Cadzow Avenue",
                "locality": "Hamilton",
                "region": "UKM38",
                "postalCode": "ML3 0LX"
            },
            "contactPoint": {
                "email": "customer.services@southlanarkshireleisure.co.uk",
                "telephone": "+44 1698476262"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-15",
            "name": "The Lanarkshire Valuation Joint Board",
            "identifier": {
                "legalName": "The Lanarkshire Valuation Joint Board"
            },
            "address": {
                "streetAddress": "North Stand, Cadzow Avenue",
                "locality": "Hamilton",
                "region": "UKM38",
                "postalCode": "Ml3 0LU"
            },
            "contactPoint": {
                "email": "assessor@lanarkshire-vjb.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "name": "South Lanarkshire Council",
        "id": "org-13"
    },
    "tender": {
        "id": "SLC/PS/FINCOR/16/027",
        "title": "The Supply, Maintenance and Monitoring of Network Hardware and Ad-hoc Procurement of IP Handsets",
        "description": "The Supply, Maintenance and Monitoring of Network Hardware and Ad-hoc Procurement of IP Handsets",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM38"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "JAN270790",
                "documentType": "awardNotice",
                "title": "The Supply, Maintenance and Monitoring of Network Hardware and Ad-hoc Procurement of IP Handsets",
                "description": "The Supply, Maintenance and Monitoring of Network Hardware and Ad-hoc Procurement of IP Handsets",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN270790",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Council's outline requirements are as follows: - The ability to source and supply a range of network equipment directly from a variety of manufacturers. The current equipment range is highlighted in Attachment 10 of the tender documentation. - Refresh/replacement of existing network equipment at the Council's discretion - Product solution and lifecycle updates to ensure that the Council is aware and informed of product developments - Benchmarking of prices throughout the duration of the contract - Build and installation of the network equipment to any location in South Lanarkshire approved by the Council or to shared data centre hosting facilities some of which may be outside the South Lanarkshire Council area - The use of automated tools to roll out pre-configured builds to networked equipment - Support of network equipment .....Operating system .....Software licence management .....Hardware and software asset management .....Network & performance management .....Fault and warranty management .....Participation in problem management .....Moves and changes .....Patch management notification - Effective use of relevant new and emerging technologies which will enable the Council to meet its business objectives - Preparedness to work with the Council to deliver solutions in a flexible way and to explore ways to reduce service costs throughout the duration of the contract - Identify efficiencies through innovation in the delivery of the required supplies and services - Contract, programme, project and account management including: .....service proposals to address the specified requirements .....service level agreements .....quarterly reporting .....continuous improvement plans .....annual performance appraisal - Quarterly invoicing - Consultancy services The following optional services may be required from time to time: - Extended operating hours - Patch management - Supply and quarterly billing of Cisco Unified Communications Manager software maintenance and support - Supply and quarterly billing of Cisco Contact Centre Express software maintenance and support - Supply and quarterly billing of Cisco Meraki hardware and software maintenance and support The estimated annual value for support services is 87000GBP; in addition to an average annual product spend of 270000GBP. Therefore the estimated value of the contract over the whole contract life including any extension period is 2142000 GBP. This value is purely indicative and should not be interpreted as a guarantee of contract value. It should be noted that requirements for the Services may vary over the contract period.",
                "status": "complete",
                "hasOptions": false
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "50330000",
            "scheme": "CPV"
        }
    },
    "awards": [
        {
            "id": "SLC/PS/FINCOR/16/027",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "SLC/PS/FINCOR/16/027",
            "awardID": "SLC/PS/FINCOR/16/027",
            "status": "active",
            "dateSigned": "2017-01-23T00:00:00Z"
        }
    ],
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2016/S 166-298857"
        }
    ],
    "description": "ESPD Questions 3A - 3C have been identified as mandatory exclusion grounds and ESPD 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. . ESPD Question 4D.1 Quality Assurance Schemes Bidders should confirm that they hold a recognised Quality Assurance Standard held e.g. BS EN ISO 9001 (or equivalent) or A documented Quality Assurance Policy that as a minimum covers:- Quality Management Quality Performance Training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities On-going procedures for monitoring Quality Management A complaints process (Further information can be found in Attachment 13 of the tender) . Declarations and Certificates In an open tendering procedure prior to any award being made the successful bidder, or if restricted tendering procedure prior to the issue of invitation to tender the bidders who are being recommended for issue of tenders, and all bidders at any other time during the procurement process, will in addition 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. ESPD Question 2D.1 Prompt Payment Certificate ESPD Question 3D.11 Non-Collusion Certificate ESPD Question 4B.5.1 Insurance Certificates ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration ESPD Question 3A.6 Modern Slavery Act 2015 Declaration ESPD Question 4C.6 Protection of Vulnerable Groups Scotland) Act 2007 Declaration . ESPD Declaration Form of Tender ESPD Question 4D.1 Health and Safety Questionnaire . In the case of an open tender this information 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 Qualification Envelope, will invalidate any bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on, and upon verification will award the contract to this bidder instead. . (SC Ref:476809)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000453175"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice"
}