Tender

5G Technical Support & Programme Delivery Services for The Scotland 5G Centre

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2023/S 000-010162

Procurement identifier (OCID): ocds-h6vhtk-03bd51

Published 6 April 2023, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Email

Blair.williamson@strath.ac.uk

Telephone

+44 7811592949

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

5G Technical Support & Programme Delivery Services for The Scotland 5G Centre

Reference number

UOS- 26720-2023

two.1.2) Main CPV code

  • 71356000 - Technical services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scotland 5G Centre (S5GC) is seeking to secure 2 Service providers that will provide technical support and programme delivery expertise in areas pertaining to ensuring organization's have access to effective testing solutions through development of 5G use cases, and in supporting the capture of the potential impact from each intervention.

As such, the Centre is seeking third-party technical and delivery support to maintain and continue our current activities in supporting Scotland’s organizations.

two.1.5) Estimated total value

Value excluding VAT: £930,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71356300 - Technical support services
  • 71356000 - Technical services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Scotland 5G Centre (S5GC) requires services to provide support in adopting 5G connectivity across Scotland. The Centre requires 2 Service providers with a specific knowledge and expertise of working within the emerging 5G market. It is critical that service providers deployed as part of this contract have a working knowledge of aiding the adoption of 5G networks across different sectors.

In addition to the above, the service providers must have a working knowledge of the following platforms; (ERICSSON EP5G, NOKIA NDAC, ATHONET SMALL CELL, CELONA SMALL CELL, ATTOCORE SMALL CELL)

All service providers deployed on this contract must be able to travel when required to any of the S5GC Hubs (Dumfries, Aberdeen, Dundee, Alloa, Inverness and Kilmarnock at the moment) when required and without delay.

The supplier will be required as a minimum to be involved in the following areas ;

- Engaging with the Centre’s Network suppliers to ensure our 5G networks remain operational through effective maintenance and upgrading.

- Ensuring all Spectrum Licenses required to allow the Centre to operate and support its clients are applied for in advance, in place, and/or maintained.

- Monitoring and reporting on each Hub’s network performance and usage on a weekly basis.

- Supporting the Centre in establishing the future levels of support required from third parties to allow the Centre to continue to operate and maintain each network.

-Providing technical advice and support to the Centre’s projects, clients, stakeholders and partners as deemed necessary by the Centre.

-Engaging (via the Centre’s Business Engagement Managers) with the Centre’s clients to advise on and support the development of 5G based business solutions.

-Supporting our clients to successfully test 5G enabled business solutions.

-Designing, developing, and implementing high and low use cases that support the testing of 5G enabled business solutions, suitable for use in the Centre’s 5G test beds.

-Supporting the Centre’s Business Development Team in assessing the economic impact from each of the Centre’s client interactions.

-Supporting the Centre’s Business Development Team in developing a strong pipeline of business-based use cases for our clients.

-provide advice and support to the Centre in acquiring new equipment and Spectrum licences necessary for both business continuity and improvement.

-Must have the ability, capacity and expertise to support the Centre’s business operation and network strategy of the centre in the following areas: remote network testing, specific knowledge to support decisions around how to use the hubs and be a trusted technology expert for the Centre

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

10

This contract is subject to renewal

Yes

Description of renewals

The duration is inclusive of the contract extension period. The contracting authority exercises the right to extend this contract by 3 x up to 12-month periods. The extension will be utilised at the sole discretion of the contracting authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Economic operators may be excluded from the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the ITT contained on the PCS-Tender project relevant to the procurement and the other Tender documents for further information.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B1.1

4B.5.1 – 4B.5.3

Minimum level(s) of standards possibly required

4B1.2 Bidders are required to have an Average yearly turnover of a minimum of 750,000.00 GBP for the last 2 years.

4B.5.1 – 4B.5.3 It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below

Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP

Public and Product Liability Insurance = 5,000,000 GBP

Professional Risk Indemnity Insurance = 2,000,000 GBP

In respect of any one incident and unlimited as to number of claims, and adequate insurances covering all the Contractor's other liabilities in terms of the Contract

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2

Minimum level(s) of standards possibly required

4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in par II.2.4 of the Contract Notice or the relevant section of the Site Notice.

Please provide three (3) examples of experience of supply and delivery of the offered solution as detailed within the specification over the last three (3) years.

This will be scored as detailed in the ITT


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

8 May 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 May 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23859. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Please see ITT for information on Community Benefits.

(SC Ref:728217)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom