Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Telephone
+44 7811592949
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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