Notice Information
Notice Title
European Championships 2018 - Telecommunications and Network Integration Services
Notice Description
Glasgow City Council, along with the City of Berlin, is staging the inaugural European Championships in 2018. The European Championships have the following requirements: - Lot 1 - Telecommunications Services and Internet Access/Connectivity (WAN Services) Lot 2 - Network Integration Services
Lot Information
Network Integration Services
Glasgow 2018 requires a Network Integrator to co-ordinate the delivery of technology services in terms of: 1. Network Design, Architecture & Security 2. Network Technology Integration 3. Network Technology Implementation 4. Programme Management of network services 5. Technology Service Management
Telecommunications Services and Internet Access/Connectivity (WAN Services)Telecommunications services required to provide connectivity to competition and non-competition venues for the Glasgow 2018 organisation and for client groups/stakeholders. Services may include: 1. Internet access ranging from consumer broadband to high-bandwidth leased line business services; 2. Basic telephony services; 3. Broadcast connectivity/circuits.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000484215
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294855
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- 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
-
- CPV Codes
32400000 - Networks
32412100 - Telecommunications network
32500000 - Telecommunications equipment and supplies
32524000 - Telecommunications system
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Sep 20178 years ago
- Submission Deadline
- 3 Apr 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Aug 20178 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
- GLASGOW CITY COUNCIL
- Contact Name
- Fiona McInnes
- Contact Email
- claire.connell@glasgow.gov.uk, corporateprocurement@glasgow.gov.uk, fiona.mcinnes@glasgow.gov.uk
- Contact Phone
- +44 1412872000, +44 1412876405, +44 1412876442
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM34 North Lanarkshire, TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR275456
European Championships 2018 - Telecommunications and Network Integration Services - Glasgow City Council, along with the City of Berlin, is staging the inaugural European Championships in 2018. The European Championships have the following requirements: - Lot 1 - Telecommunications Services and Internet Access/Connectivity (WAN Services) Lot 2 - Network Integration Services -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294855
European Championships 2018 - Telecommunications and Network Integration Services - Glasgow City Council, along with the City of Berlin, is staging the inaugural European Championships in 2018. The European Championships have the following requirements: - Lot 1 - Telecommunications Services and Internet Access/Connectivity (WAN Services) Lot 2 - Network Integration Services
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-r6ebe6-0000484215-2017-09-06T00:00:00Z",
"date": "2017-09-06T00:00:00Z",
"ocid": "ocds-r6ebe6-0000484215",
"initiationType": "tender",
"parties": [
{
"id": "org-17",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM34",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Fiona McInnes",
"email": "fiona.mcinnes@glasgow.gov.uk",
"telephone": "+44 1412876442",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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.glasgow.gov.uk"
}
},
{
"id": "org-8",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM34",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "claire.connell@glasgow.gov.uk",
"telephone": "+44 1412876405",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-52",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "corporateprocurement@glasgow.gov.uk",
"telephone": "+44 1412872000",
"faxNumber": "+44 1412879399"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-52"
},
"tender": {
"id": "GCC004069CPU",
"title": "European Championships 2018 - Telecommunications and Network Integration Services",
"description": "Glasgow City Council, along with the City of Berlin, is staging the inaugural European Championships in 2018. The European Championships have the following requirements: - Lot 1 - Telecommunications Services and Internet Access/Connectivity (WAN Services) Lot 2 - Network Integration Services",
"status": "complete",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "32400000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "32412100",
"scheme": "CPV"
},
{
"id": "32524000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-04-03T12:00:00Z"
},
"documents": [
{
"id": "MAR275456",
"documentType": "contractNotice",
"title": "European Championships 2018 - Telecommunications and Network Integration Services",
"description": "Glasgow City Council, along with the City of Berlin, is staging the inaugural European Championships in 2018. The European Championships have the following requirements: - Lot 1 - Telecommunications Services and Internet Access/Connectivity (WAN Services) Lot 2 - Network Integration Services",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR275456",
"format": "text/html"
},
{
"id": "SEP294855",
"documentType": "awardNotice",
"title": "European Championships 2018 - Telecommunications and Network Integration Services",
"description": "Glasgow City Council, along with the City of Berlin, is staging the inaugural European Championships in 2018. The European Championships have the following requirements: - Lot 1 - Telecommunications Services and Internet Access/Connectivity (WAN Services) Lot 2 - Network Integration Services",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294855",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Network Integration Services",
"description": "Glasgow 2018 requires a Network Integrator to co-ordinate the delivery of technology services in terms of: 1. Network Design, Architecture & Security 2. Network Technology Integration 3. Network Technology Implementation 4. Programme Management of network services 5. Technology Service Management",
"status": "complete",
"hasOptions": false,
"secondStage": {
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 390
},
"hasRenewal": false
},
{
"id": "1",
"title": "Telecommunications Services and Internet Access/Connectivity (WAN Services)",
"description": "Telecommunications services required to provide connectivity to competition and non-competition venues for the Glasgow 2018 organisation and for client groups/stakeholders. Services may include: 1. Internet access ranging from consumer broadband to high-bandwidth leased line business services; 2. Basic telephony services; 3. Broadcast connectivity/circuits.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 390
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Please refer to ITT documentation for contract performance conditions."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2017-04-19T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Minimum Turnover Trading Performance and Liquidity Minimum Turnover: - Minimum Turnover to be set at twice contract value Trading Performance: - An overall positive outcome on EBITDA over a 3 year period Liquidity Ratios: - Current Ratio Current Assets/Current Liabilities Leverage Ratio Long-term Debt/Net Worth Applicants must achieve a score of 5 and above from a combination of above two liquidity ratios Scoring Method: - Current Ratio Range 0.00 to 0.80 0.81 to 0.90 0.91 to 1.00 1.01 to 1.10 1.11 to 1.20 1.21 and above Leverage Ratio 0.01 to 19.99 20.00 to 39.99 40.00 to 59.99 60.00 to 79.99 80.00 to 100.00 Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. The minimum insurance levels required for both Lots 1 and 2 are as follows: - Employer's Liability:- The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability:- The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Insurance:- The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Professional Indemnity: - The organisation/consultant shall take out and maintain throughout the period of their services and for a further 1 year on completion of the event, Professional Indemnity insurance to the value of a minimum TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and in the aggregate."
},
{
"type": "technical",
"description": "With reference to ESPD question 4C.1.2, bidders will be required to provide 2 examples delivered within the last 5 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice. Lot 1: - Q1. Tenderers are required to provide details of 2 examples where they have completed projects of a similar scope to the requirements as detailed within the scope for Lot 1. It should be noted that Glasgow 2018 are not seeking specific references for previous experience providing such solutions and services necessarily to sporting events; the references should, however, reflect the Tenderers ability to provide the technologies and services as detailed within Lot 1. For each example the following information should be provided, but not limited to: 1. An overview of the technology solution deployed including details of the vendor, equipment, and software versions installed; 2. The date the project was completed; 3. The value of the contract awarded; 4. The scope of the Tenderer's involvement in the contract; 5. Details of the relevant accreditations required and held by your organisation and technical staff in order to carry out the project requirements; 6. Contact details for an individual within the reference organisation who would be willing to discuss the Tenderer's performance with Glasgow 2018. Lot 2: - Q1. Tenderers shall provide details of 2 examples where they have completed projects of a similar scope to the Network Integrator, LAN and WLAN requirements as detailed within the scope for Lot 2. It should be noted that Glasgow 2018 are not seeking specific references for previous experience providing such solutions and services necessarily to sporting events; the references should reflect the Tenderers ability to provide the technologies and services as detailed within Lot 2. For each example the following information should be provided but not limited to: 1. An overview of the technology solution deployed; 2. the date the project was completed; 3. the value of the contract awarded; 4. the scope of the Tenderer's involvement in the contract; 5. Details of the relevant accreditations required and held by your organisation and technical staff in order to carry out the project requirements; 6. Contact details for an individual within the reference organisation who would be willing to discuss the Tenderer's performance with Glasgow 2018.",
"minimum": "Bidders must score a minimum threshold of 60% for the Technical or Professional Ability Questions for each Lot. Any bidder who fails to achieve the minimum threshold will be disqualified from the process."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "32500000",
"scheme": "CPV"
},
"reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"hasRecurrence": false,
"amendments": [
{
"id": "amd-5",
"description": "Shortlisting Process Additional Information - Shortlisting Process An anticipated maximum of four (4) bidders per Lot who achieve the highest scores across the pre-determined criteria (provided they meet the minimum quality threshold of 60% within the Technical and Professional Ability Section) and who pass the criteria contained within the Contract Notice will progress to the Invitation to Tender stage. The only circumstance where there may be greater than four (4) bidders taken forward to the Invitation to Tender stage is in the event that there is a tie for 4th place with bidders having identical overall scores. In this circumstance, all bidders in equal 4th position will progress to the Invitation to Tender stage.",
"unstructuredChanges": [
{
"newValue": {
"text": "Shortlisting Process An anticipated maximum of four (4) bidders per Lot who achieve the highest scores across the pre-determined criteria (provided they meet the minimum quality threshold of 60% within the Technical and Professional Ability Section) and who pass the criteria contained within the Contract Notice will progress to the Invitation to Tender stage. The only circumstance where there may be greater than four (4) bidders taken forward to the Invitation to Tender stage is in the event that there is a tie for 4th place with bidders having identical overall scores. In this circumstance, all bidders in equal 4th position will progress to the Invitation to Tender stage."
},
"where": {
"section": "VI.3",
"label": "Additional information"
}
}
]
}
]
},
"language": "EN",
"description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates or comply with the questions noted in ESPD 4D. This information can be found within the buyers attachment area - http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Health & Safety - The H&S Questionnaire is contained in the attachments section of PCS-T. Applicants must complete the H&S Questionnaire as part of their submission. Responses to the H&S Questionnaire will be evaluated as pass or fail. Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the buyers attachments area within the PCS Tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments - Applicants must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate that is contained within the buyers attachment area within PCS Tender portal. Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal. Non Collusion - Applicants will be required to complete the Non Collusion certificate contained in the buyers attachments area within the PCS Tender portal. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. 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. Shortlisting Process - 1) Open Submission at ESPD Stage 2) Based on ESPD submissions a maximum of 4 bidders per Lot will progress to initial ITT Stage 3) On review of initial ITT, maximum of 4 bidders will progress to participate in negotiations 4) Maximum of 4 bidders will remain in the process until final ITT submissions received and evaluated (SC Ref:510685)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000484215"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000484215"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000484215"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC004069CPU-1",
"title": "Telecommunications Services and Internet Access/Connectivity (WAN Services)",
"relatedLots": [
"1"
]
},
{
"id": "GCC004069CPU-2",
"title": "Network Integration Services",
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "GCC004069CPU-1",
"awardID": "GCC004069CPU-1",
"title": "Telecommunications Services and Internet Access/Connectivity (WAN Services)",
"status": "active",
"dateSigned": "2017-08-21T00:00:00Z"
},
{
"id": "GCC004069CPU-2",
"awardID": "GCC004069CPU-2",
"title": "Network Integration Services",
"status": "active",
"dateSigned": "2017-08-21T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 044-080574"
}
]
}