Award

Software Asset Management as a Service (SAMaaS)

RENFREWSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

02 Jul 2019 at 00:00

Tender

12 Mar 2019 at 00:00

Summary of the contracting process

Renfrewshire Council is conducting a procurement process for a contract titled "Software Asset Management as a Service (SAMaaS)", aimed at appointing a service provider for software asset management. This procurement falls under the services industry category and is based in Renfrewshire, UK. The procurement is currently in the award stage, following a tender period that closed on 15 April 2019. The contract has a total value of £397,399 and was signed on 28 June 2019. Interested suppliers should be aware that the process utilized is an open procurement method.

This tender presents a significant opportunity for businesses in the IT services sector, especially those specialising in software asset management, IT consultancy, and related services. Organisations capable of demonstrating compliance with contract performance terms, along with the ability to meet the specified insurance and financial prerequisites, will find themselves well-suited to compete for this contract. With the additional option for bidders to propose Hardware Asset Management services, there is further scope for businesses that can deliver comprehensive technology solutions to engage effectively in this competitive tendering process.

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

Software Asset Management as a Service (SAMaaS)

Notice Description

Renfrewshire Council is seeking to appoint a Software Asset Management as a Service Provider.

Lot Information

Lot 1

The Council currently has more than 200 applications (excluding Education) that support the delivery of services - ranging from the large, Council wide systems to service critical applications, to smaller localised applications that are used by small numbers of employees but are still critical to their service. The objectives include: Ensure license compliance Be audit ready; Ensure software optimisation.. 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.

Options: Tenderers have the option to price for Hardware Asset Management as a Service. The costs submitted for Hardware Asset Management as a Service will be those costs that will be applied as part of any contract the Council enters into, however, it will be at the Council's sole discretion as to whether or not they enter into a contract for Hardware Asset Management as a Service.

Renewal: The Council shall have the option to extend for up to a further 2 years on an annual basis.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000572098
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359327
Current Stage
Award
All Stages
Tender, 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
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72222300 - Information technology services

Notice Value(s)

Tender Value
Not specified
Lots Value
£400,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£397,399 £100K-£500K

Notice Dates

Publication Date
2 Jul 20196 years ago
Submission Deadline
15 Apr 2019Expired
Future Notice Date
Not specified
Award Date
28 Jun 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
If the contract is still required beyond the contract period including any extension periods then a new tender exercise will be undertaken.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
PAISLEY
Postcode
PA1 1JB
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

Supplier Information

Number of Suppliers
1
Supplier Name

BUSINESS CONTINUITY SERVICES

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-r6ebe6-0000572098-2019-07-02T00:00:00Z",
    "date": "2019-07-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000572098",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-20",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Brian Bradley",
                "email": "brian.bradley@renfrewshire.gov.uk",
                "telephone": "+44 1416185638",
                "faxNumber": "+44 1416187050",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "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.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-62",
            "name": "See section VI.4.3",
            "identifier": {
                "legalName": "See section VI.4.3"
            },
            "address": {
                "locality": "See section VI.4.3"
            },
            "contactPoint": {
                "url": "http://www.renfrewshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-7",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "email": "rachel.o'neill@renfrewshire.gov.uk",
                "telephone": "+44 1416184800",
                "faxNumber": "+44 1416187050",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-417",
            "name": "Business Continuity Services Ltd",
            "identifier": {
                "legalName": "Business Continuity Services Ltd"
            },
            "address": {
                "streetAddress": "14 Alloway Place",
                "locality": "Ayr",
                "region": "UKM94",
                "postalCode": "KA7 2AA"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-418",
            "name": "See section VI.4.3",
            "identifier": {
                "legalName": "See section VI.4.3"
            },
            "address": {
                "locality": "See section VI.4.3"
            },
            "contactPoint": {
                "url": "http://www.renfrewshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-7"
    },
    "tender": {
        "id": "RC-CPU-18-422",
        "title": "Software Asset Management as a Service (SAMaaS)",
        "description": "Renfrewshire Council is seeking to appoint a Software Asset Management as a Service Provider.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Renfrewshire."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-04-15T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-04-15T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR348406",
                "documentType": "contractNotice",
                "title": "Software Asset Management as a Service (SAMaaS)",
                "description": "Renfrewshire Council is seeking to appoint a Software Asset Management as a Service Provider.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348406",
                "format": "text/html"
            },
            {
                "id": "JUL359327",
                "documentType": "awardNotice",
                "title": "Software Asset Management as a Service (SAMaaS)",
                "description": "Renfrewshire Council is seeking to appoint a Software Asset Management as a Service Provider.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359327",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Council currently has more than 200 applications (excluding Education) that support the delivery of services - ranging from the large, Council wide systems to service critical applications, to smaller localised applications that are used by small numbers of employees but are still critical to their service. The objectives include: Ensure license compliance Be audit ready; Ensure software optimisation.. 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.",
                "status": "complete",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Approach to Implementation, Resources, Knowledge and Skills",
                            "description": "20"
                        },
                        {
                            "type": "cost",
                            "name": "Price",
                            "description": "30"
                        }
                    ]
                },
                "options": {
                    "description": "Tenderers have the option to price for Hardware Asset Management as a Service. The costs submitted for Hardware Asset Management as a Service will be those costs that will be applied as part of any contract the Council enters into, however, it will be at the Council's sole discretion as to whether or not they enter into a contract for Hardware Asset Management as a Service."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council shall have the option to extend for up to a further 2 years on an annual basis."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-04-15T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "Contract performance conditions are stated within the Invitation to Tender documentation."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "It is a requirement of the Contract that Tenderers hold, or can commit to obtain prior to the commencement of and duration of the Contract of any subsequently awarded contract, the types and levels of insurance indicated below: Employers Liability - statutory minimum 5m GBP, each and every claim; Public Liability - minimum 1m GBP, each and every claim; Professional Indemnity - minimum 100K GBP, will accept cover in the aggregate; There will be a requirement for statutory third party motor vehicle insurance to be evidenced if vehicles are used to deliver the service. This can either be by way of a valid MV certificate in the company name, OR, where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the Provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes. The Council will use Dun & Bradstreet (D&B) to assist in its determination of the organisation's financial status and risk. The Council would expect Tenderers to have a minimum Dun & Bradstreet Failure Score of 20%, however failure to meet this Failure Score would not necessarily merit a 'FAIL' as the Dun & Bradstreet Failure Score is only one factor used by the Council in assessing the acceptability or otherwise of a Tenderer's financial status. The Council will take into account the Tenderer's response to the ESPD Part 1V Question 4B.1.1 It is recommended that tenderers review their own D&B Failure Score in advance of submitting their tender submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the tenderer should attach a document to this section giving a detailed explanation together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of the Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a Contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Any accounts or documents submitted must be in English and, if appropriate, certified as accurate translations. For Sole Traders please provide submitted Tax Returns for the previous 3 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a Contract of this size Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum D&B Failure Score (or equivalent) as a company, a parent company or bank guarantee may be required to allow progression in the tender process. The Council will be the sole judge as to whether these are required, and it shall notify Tenderers accordingly. The parent company or bank guarantee must meet the minimum financial requirements as assessed by the Council and must be in the form requested by the Council. Where the Tenderer intends to sub-contract more than 25% of any Contract value to a single sub-contractor then the foregoing actions will apply similarly to the relevant sub-contractor(s). The Council also reserves the right to reject the use of sub-contractors following evaluation of the sub-contractor's financial status.",
                    "minimum": "Tenderers unable to commit to obtain the levels of insurance detailed above may be assessed as a FAIL and be excluded from the procurement process. Tenderers who do not achieve a minimum D&B failure score of 20 and above and fail to provide any additional explanation or supporting information may be assessed as a FAIL and be excluded from the procurement process. Tenderers who do not provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the Tender Deadline may be assessed as a FAIL and be excluded from the procurement process. Tenderers that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the Tender Deadline however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise will be assessed as a FAIL and will be excluded from the procurement process. Tenderers must confirm compliance with the terms and conditions and any associated special conditions and service specification. Failure to do so may result in the tender submission being assessed as a FAIL. Tenderers must submit a completed response as per the Invitation to Tender. Failure to do so may result in the tender submission being assessed as a FAIL."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "72222300",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "If the contract is still required beyond the contract period including any extension periods then a new tender exercise will be undertaken."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Further information is contained within the Invitation to Tender. (SC Ref:589657)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000572098"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000572098"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "RC-CPU-18-422",
            "suppliers": [
                {
                    "id": "org-417",
                    "name": "Business Continuity Services Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "RC-CPU-18-422",
            "awardID": "RC-CPU-18-422",
            "status": "active",
            "value": {
                "amount": 397399,
                "currency": "GBP"
            },
            "dateSigned": "2019-06-28T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 053-122114"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "426",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}