Awarded contract

Framework Agreement for the Provision of Digital Connectivity Services

  • North Lanarkshire Council

F03: Contract award notice

Notice reference: 2022/S 000-009773

Published 12 April 2022, 3:43pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

corporateprocurement@northlan.gov.uk

Telephone

+44 1698403876

Fax

+44 1698275125

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for the Provision of Digital Connectivity Services

Reference number

NLC-CPT-21-016

two.1.2) Main CPV code

  • 72720000 - Wide area network services

two.1.3) Type of contract

Services

two.1.4) Short description

"The Council is embarking on a landmark investment in digital infrastructure and services to ensure it has access to unlock the potential for cost savings, improved productivity, enhanced service delivery and ensuring the Council is at the forefront of being an attractive, modern and inclusive touchpoint for its citizens.

The Council is therefore procuring a long term single supplier Framework Agreement to support the Council's ambition to:

i) enhance the coverage and reach of gigabit networks across North Lanarkshire,

ii) drive the take up of gigabit networks,

iii) create choice and competition for those living, learning, working, investing and visiting North Lanarkshire, and

iv) ensure North Lanarkshire's digital infrastructure is future proof and will lead to smart and sustainable outcomes.

The Framework Agreement will enable the Council (and any of the contracting authorities identified at Section VI.3) to access the following initial and future ICT services from the Service Provider over the duration of the Framework Agreement:

Initial Services

- Wide Area Network (WAN) connectivity (Call-Off 1)

- Fibre connectivity to ‘Analogue Sites’ (Call-Off 2)

- Fibre connectivity to CCTV sites (Call-Off 3)

- Internet access (Call-Off 4)

- Indoor and public WiFi (Call-Off 5).

Future ICT Services may include:

- Pilot / concept projects.

- Traffic light connectivity

- Active bandwidth services to Analogue only sites

- Enterprise telephony (fixed, cellular, analogue circuit replacement)

- Social / affordable broadband

- Private 5G

- Provision of Public WiFi in Corporate and Education sites

- Internet of Things (IoT) networks and other ‘Smart Place’ initiatives to support the Councils digital ambition

- Data centre services

- Azure Express Route services

- Security services

- Cloud connectivity

- Remote access

- Network services.

from the Service Provider over the duration of the Framework Agreement.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £150,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 64200000 - Telecommunications services
  • 72400000 - Internet services
  • 72720000 - Wide area network services
  • 64210000 - Telephone and data transmission services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 32410000 - Local area network
  • 72710000 - Local area network services
  • 64227000 - Integrated telecommunications services
  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 72222300 - Information technology services
  • 32250000 - Mobile telephones
  • 72212730 - Security software development services
  • 72600000 - Computer support and consultancy services
  • 32412110 - Internet network
  • 32420000 - Network equipment
  • 48000000 - Software package and information systems
  • 50312300 - Maintenance and repair of data network equipment

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

Across the geographical boundaries of North Lanarkshire Council area.

two.2.4) Description of the procurement

"North Lanarkshire has a vision for inclusive growth and prosperity for all and an ambition for North Lanarkshire to be the place to live, learn, work, invest and visit.

It is to this end that the Council is embarking on a landmark investment in digital infrastructure and services through a procurement of a long term, single supplier Framework Agreement to enhance the provision of digital infrastructure across North Lanarkshire.

The Council require to deliver a step change in connectivity services, primarily through the provision of symmetrical fibre connectivity to its schools, public buildings and strategic assets ensuring that the Council has access to the latest and fastest digital connectivity services, unlocking the potential for cost savings, improved productivity and enhanced service delivery, ensuring that the Council is at the forefront of being an attractive, modern and inclusive touchpoint for its citizens.

The Council intends to utilise the Framework Agreement to support the Council's ambition to:

i) enhance the coverage and reach of gigabit networks across North Lanarkshire,

ii) drive the take up of gigabit networks,

iii) create choice and competition for those living, learning, working, investing and visiting North Lanarkshire, and

iv) ensure North Lanarkshire's digital infrastructure is future proof and will lead to smart and sustainable outcomes.

The purpose of establishing the Framework Agreement is is to source a long term partnership with a

Service Provider to deliver the Council’s connectivity needs, both now and well into the future while stimulating the commercial deployment of gigabit capable networks in unserved areas.

Initial call-off contracts under the proposed Framework Agreement will cover the provision of the following connectivity services:

- Wide Area Network (WAN) connectivity (Call-Off 1)

- Fibre connectivity to ‘Analogue Sites’ (Call-Off 2)

- Fibre connectivity to CCTV sites (Call-Off 3)

- Internet access (Call-Off 4)

- Indoor and public WiFi (Call-Off 5).

It is anticipated that additional services such as concept pilots, mobile telephony, fixed telephony, traffic lights, IoT etc may be required in the future, although the Council does not guarantee the award of future call-off contracts.

The Council reserves the right to modify the scope of ICT Services in the future as our needs evolve.

The estimated value of the Framework Agreement is 150,000,000 GBP over the proposed duration of the Framework Agreement (including all extensions) but there is no guarantee of this level of business and spend through the Framework Agreement.

TUPE - 4.8.1 Candidates should note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) ("TUPE") will not apply to the Framework Agreement or for the initial call-off contracts but may potentially apply to future call-off contracts. Further information on TUPE is provided in Section 4.8 of the ITC document.

Further details of this opportunity are set out in the procurement documents.

Please see Section V1.3 for details relating to the SPD and other procurement documents being released at this stage.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement will be awarded for an initial period of 15 years, thereafter the Council will have the option to extend the term for a further period of up to a maximum of 5 years. Any period(s) of extension will be at the Council's sole discretion.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Candidates should read and refer to the Instructions to Candidates for completing the SPD document (ITC). Failure to comply with the ITC may result in a Candidate's SPD submission being rejected.

Candidates 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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-010912


Section five. Award of contract

Contract No

NLC-CPT-21-016

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 February 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Commsworld Ltd

Commsworld House, 39-45 Peffer Place

Edinburgh

EH16 4BB

Email

carolann.miller@commsworld.com

Telephone

+44 7748593493

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £150,000,000


Section six. Complementary information

six.3) Additional information

Section I.2 – Other contracting authorities who can use the Framework Agreement include, but may not be limited to:

(a) Fusion Assets Ltd;

(b) North Lanarkshire Properties LLP;

(c) Routes to Work;

(d) North Lanarkshire Municipal Bank Ltd;

(e) North Lanarkshire affiliated local Housing Associations, including but not limited to West Of Scotland Housing Ass,

Clyde Valley Housing Ass and Sanctuary Housing Ass; and

(f) Any other future Council-affiliated ALEOS, established throughout the duration of the proposed FA.

Section I.3 - Access to the procurement documents:

The Instructions to Candidates (ITC) and the other procurement docs being released at this stage can be accessed via PCS-T Supplier Attachment Area.

The draft Invitation to Tender (ITT) is being released at this stage to explain the proposed approach to the procurement process and does not amount to an invitation to submit an Initial Tender.

Additional information on the procurement is located in the PCS-T Supplier Attachment Area.

It is in each Candidate’s interest to access the information as soon as possible.

The services described in II.2.4 may be delivered Across the geographical boundaries of North Lanarkshire Council area.

Part II – Information Concerning the Bidder

A: Information About the Bidder;

B: Information About Representatives of the Bidder;

C: Information About Reliance on the Capacities of Other Entities; and

D: Information Concerning Sub-contractors on Whose Capacity the Bidder Does Not Rely.

Minimum level(s) of standards required:

The information required in Part II of the SPD is for information only and therefore will not be assessed.

Candidates must ensure that they submit appropriate SPDs completed by other members of the group, if they are submitting a SPD as part of a group and others on whose capacity they rely, to satisfy any aspect of the SPD.

Part VI – Concluding statements

Minimum level(s) of standards required:

Candidates unable to complete this part of the SPD may be excluded from the Procurement.

Disclaimer

The Council is not liable for any costs incurred, including in respect of expressing an interest, participating in negotiation or in tendering for this opportunity.

The Council reserves the right to terminate the procurement (or any part of it) at its own discretion.

The buyer is using PCS-Tender to conduct this procurement exercise. The Project code is 18666.

For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement.

For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

(SC Ref:690166)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament House Parliament Square

Edinburgh

EH1 1RQ

Email

supreme.courts@scotcourts.gov.uk

Telephone

+44 1312252595

Fax

+44 1312406711

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. In accordance with the Public Contracts (Scotland) Regulations 2015, the Council will incorporate a minimum 10 calendar day standstill period from the date information on the award of the Framework Agreement is communicated to bidders.