Notice Information
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).
Notice Details
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
Buyer & Supplier
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.
Notice URLs
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-r6ebe6-0000547320-2018-06-19T00:00:00Z",
"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"
}