Notice Information
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.
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH LANARKSHIRE COUNCIL
- Additional Buyers
- 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
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN270790
The Supply, Maintenance and Monitoring of Network Hardware and Ad-hoc Procurement of IP Handsets - The Supply, Maintenance and Monitoring of Network Hardware and Ad-hoc Procurement of IP Handsets
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-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"
}