Tender

Managed IT and Telephony Services for Business centres

NORTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

19 Jun 2018 at 00:00

Summary of the contracting process

The North Lanarkshire Council is currently overseeing a tender process for the provision of Managed IT and Telephony Services at four business centres within North Lanarkshire, specifically aimed at facilitating operations for North Lanarkshire Properties LLP and Culture NL. This open procurement process, which started on 19 June 2018, has a bid submission deadline set for 18 July 2018, with an estimated contract value of £160,000. The core objectives of this tender include establishing a helpdesk service, maintaining IT systems, and supporting the management of third-party ICT vendors.

This tender presents significant opportunities for companies specialising in IT services, telecommunications, or technical support. Businesses that excel in providing helpdesk solutions, maintenance services, and vendor management would be well-positioned to compete. With a focus on quality service delivery and operational efficiency, the winning contractor will gain a foothold in a lucrative market, benefitting from a contract duration of up to three years, including renewal options, making this an attractive opportunity for growth in the public sector.

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

Managed IT and Telephony Services for Business centres

Notice Description

Managed IT and Telephony Services at 4x Business Centres' 3 belonging to North Lanarkshire Properties LLP ("NLP") and 1 belonging to Culture NL ("CNL"). The requirements include provision of a helpdesk service, maintenance of IT equipment and Services, support with managing 3rd Party ICT vendors, and emergency purchase support.

Lot Information

Lot 1

Managed IT and Telephony Services at 4x Business Centres' 3 belonging to North Lanarkshire Properties LLP ("NLP") and 1 belonging to Culture NL ("CNL"). . The requirements include provision of a helpdesk service, maintenance of IT equipment and Services, support with managing 3rd Party ICT vendors, and emergency purchase support. . The key objectives of the Contract are for the Service Provider to: - work with the Business Centres to reduce and mitigate any risks that disrupt IT and Telephony services provided to tenants; - undertake analysis of calls and provide detailed reports to the Business Centres to allow them to recover costs from individual tenants for their usage; - settle monthly bills with the external suppliers of IT and recharge costs to the Business Centres; -be the liaison between the Business Centres and external suppliers of IT and Telephony infrastructure; -provide a helpdesk for the Business Centres, by logging technical issues, then initiating and/or deploying support to resolve; -provide routine and ad-hoc maintenance and health checks on IT and Telephony equipment, hardware and software used for the operations and services provided at the Business Centres; -provide reports on the performance and status infrastructure, including warning notices and/or recommendations for replacements or improvements; -provide expert technical support that informs strategic and long term planning for replacements and/or upgrades for any infrastructure; and, -provide emergency and/or routine purchase support.. PLEASE NOTE Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Renewal: The contract will be for initial 2 years duration with an option at the sole discretion of the Business Centres to extend for an additional 1 year period with a further potential option to extend for another 1 year thereafter. (The contract is advertised as a 2+1+1).

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000547320
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN322607
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract 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

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


CPV Codes

72220000 - Systems and technical consultancy services

Notice Value(s)

Tender Value
£160,000 £100K-£500K
Lots Value
£160,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Jun 20187 years ago
Submission Deadline
18 Jul 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
contract.support@northlan.gov.uk
Contact Phone
+44 1698302222

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN322607
    Managed IT and Telephony Services for Business centres - Managed IT and Telephony Services at 4x Business Centres' 3 belonging to North Lanarkshire Properties LLP ("NLP") and 1 belonging to Culture NL ("CNL"). The requirements include provision of a helpdesk service, maintenance of IT equipment and Services, support with managing 3rd Party ICT vendors, and emergency purchase support.

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-r6ebe6-0000547320-2018-06-19T00:00:00Z",
    "date": "2018-06-19T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000547320",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-35",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "contract.support@northlan.gov.uk",
                "telephone": "+44 1698302222",
                "faxNumber": "+44 1698275125",
                "url": "http://www.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.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-73",
            "name": "See VI.4.3) Review Procedure",
            "identifier": {
                "legalName": "See VI.4.3) Review Procedure"
            },
            "address": {
                "locality": "See VI.4.3) Review Procedure"
            },
            "contactPoint": {
                "url": "http://www.northlanarkshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-35"
    },
    "tender": {
        "id": "CPT-NL-NLP-18-442",
        "title": "Managed IT and Telephony Services for Business centres",
        "description": "Managed IT and Telephony Services at 4x Business Centres' 3 belonging to North Lanarkshire Properties LLP (\"NLP\") and 1 belonging to Culture NL (\"CNL\"). The requirements include provision of a helpdesk service, maintenance of IT equipment and Services, support with managing 3rd Party ICT vendors, and emergency purchase support.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72220000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Business centres are within North Lanarkshire Area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 160000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-07-18T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-07-18T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN322607",
                "documentType": "contractNotice",
                "title": "Managed IT and Telephony Services for Business centres",
                "description": "Managed IT and Telephony Services at 4x Business Centres' 3 belonging to North Lanarkshire Properties LLP (\"NLP\") and 1 belonging to Culture NL (\"CNL\"). The requirements include provision of a helpdesk service, maintenance of IT equipment and Services, support with managing 3rd Party ICT vendors, and emergency purchase support.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN322607",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Managed IT and Telephony Services at 4x Business Centres' 3 belonging to North Lanarkshire Properties LLP (\"NLP\") and 1 belonging to Culture NL (\"CNL\"). . The requirements include provision of a helpdesk service, maintenance of IT equipment and Services, support with managing 3rd Party ICT vendors, and emergency purchase support. . The key objectives of the Contract are for the Service Provider to: - work with the Business Centres to reduce and mitigate any risks that disrupt IT and Telephony services provided to tenants; - undertake analysis of calls and provide detailed reports to the Business Centres to allow them to recover costs from individual tenants for their usage; - settle monthly bills with the external suppliers of IT and recharge costs to the Business Centres; -be the liaison between the Business Centres and external suppliers of IT and Telephony infrastructure; -provide a helpdesk for the Business Centres, by logging technical issues, then initiating and/or deploying support to resolve; -provide routine and ad-hoc maintenance and health checks on IT and Telephony equipment, hardware and software used for the operations and services provided at the Business Centres; -provide reports on the performance and status infrastructure, including warning notices and/or recommendations for replacements or improvements; -provide expert technical support that informs strategic and long term planning for replacements and/or upgrades for any infrastructure; and, -provide emergency and/or routine purchase support.. PLEASE NOTE Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
                "status": "active",
                "value": {
                    "amount": 160000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be for initial 2 years duration with an option at the sole discretion of the Business Centres to extend for an additional 1 year period with a further potential option to extend for another 1 year thereafter. (The contract is advertised as a 2+1+1)."
                }
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "bidOpening": {
            "date": "2018-07-18T12:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must response to ESPD Questions 4B.5.1. 4B.5.2",
                    "minimum": "4B.5.1, 4B.5.2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employers Liability - 10000000 GBP Each and every claim and in the annual aggregate Public Liability - 5000000 GBP - Each and every claim and in the annual aggregate Professional Indemnity Insurance - 1000000 GBP"
                },
                {
                    "type": "technical",
                    "description": "Bidders must respond to ESPD Questions 4C.1.2 and 4C.10. . Response to 4C.10 will not be evaluated. . Responses to question 4C.1.2 for Technical and professional ability will be scored by an evaluation panel.Bidders must achieve an average weighted score of 60 to pass Question 4C.1.2; if the average score is below 60 this will be deemed a FAILURE to meet the Authority's minimum standard for Technical and professional Ability. . No questions from Section D of the ESPD (Scotland) (Quality assurance schemes and environmental standards) will be used, so no statements for those questions are listed in this Contract Notice.",
                    "minimum": "4C.1.2 - Bidders will be required to provide ONE example that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. . For evaluation, EXAMPLE 1 is weighted 100% . 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "72220000",
            "scheme": "CPV"
        },
        "reviewDetails": "Please refer to Procurement Reform (Scotland) Act 2014, Regulation 37.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The following information applies to the scoring for contract notice section III.1.3) Technical and Professional Ability: Responses to question 4C.1.2 for Technical and professional ability will be scored by an evaluation panel. Bidders must achieve an average weighted score of 60 to pass Question 4C.1.2; if the average score is below 60 this will be deemed a FAILURE to meet the Authority's minimum standard for Technical and professional Ability. . Evaluation on responses to question 4C.1.2 will be conducted using the following scoring convention: . Score - Definition . 100 Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion . 90 Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area . 80 Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high level of detail as to their capacity/ability/experience in this area . 70 Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and provides evidence of a reliable level of capacity/ability/experience in this area . 60 Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory depth but evidence of capacity/ability/experience in this area could have been more detailed . 50 Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail of evidence of capacity/ability/experience in this area . 40 Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas . 30 Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited evidence as to the candidate's capacity/ability/experience in this area . 20 Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate's capacity/ability/experience in this area . 10 Response demonstrates little evidence of the candidate's understanding or explanation of the candidate's capacity/ability/experience in this area . 0 Nil/irrelevant response . The following Question weightings apply: 4C.1.2 Example 1 - 100%. . If a bidder achieves a pass for the minimum standards, the Bidders tender proposal will carry forward to further evaluation will have their technical and commercial responses assessed to determine the most economically advantageous tender. If a Bidders fails to achieve a pass for the minimum standards, the bidder will be discontinued from the tender evaluation process and not scored on technical and commercial response. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11217. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:547320)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000547320"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}