Awarded contract

SWAN Re-procurement

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F03: Contract award notice

Notice reference: 2023/S 000-013223

Published 10 May 2023, 8:49am



Section one: Contracting authority

one.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

Contact

Jim Binnie

Email

jim.binnie@nhs.scot

Country

United Kingdom

NUTS code

UKM - Scotland

National registration number

NP502423

Internet address(es)

Main address

http://www.nss.nhs.scot/browse/procurement-and-logistics

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SWAN Re-procurement

Reference number

NP502423

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Wide-Area network (SWAN) Replacement Procurement is an initiative supported by over 90 public sector organisations within Scotland that procure services under the existing SWAN framework agreement. There are now around 6,020 sites connected to the single broadband network. The framework now needs to be replaced before March 2023 to ensure continuity of networking services.

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: £350,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 72511000 - Network management software services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212214 - Network operating system software development services
  • 72212215 - Networking developers software development services
  • 72212216 - Network connectivity terminal emulation software development services
  • 72212219 - Miscellaneous networking software development services
  • 64200000 - Telecommunications services
  • 64227000 - Integrated telecommunications services
  • 71316000 - Telecommunication consultancy services
  • 72212515 - Video conferencing software development services
  • 51314000 - Installation services of video equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Wide-Area network (SWAN) Replacement Procurement is an initiative supported by over 90 public sector organisations within Scotland that procure services under the existing SWAN framework agreement. There are now around 6,020 sites connected to the single broadband network.

The Programme supports the McClelland review of Scottish Public Sector ICT Infrastructure recommendation for the delivery of a single public services communications network infrastructure for Scotland and builds on the cross sector collaboration established over the duration of the existing SWAN framework contract.

The current SWAN framework is due to expire in April 2023 and participating authorities have agreed that the framework needs to be replaced before March 2023 to ensure continuity of networking services.

The high-level scope of the SWAN Replacement Procurement is defined as the acquisition of Wide Area Network and all services currently available under the existing SWAN framework, which can be used by potentially all public sector organisations in Scotland and initially by the participating authorities (as existing SWAN Members). The procurement scope is envisaged to include the following key elements:

- the future WAN requirements of the participating authorities; and

- additional service requirements of the participating authorities (to include LAN, voice, and IoT services).

---

Please refer to the Supplier Briefing Document for further information.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 35

Quality criterion - Name: Commercial including Legal / Weighting: 30

Price - Weighting: 35

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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 000-022719


Section five. Award of contract

Contract No

NP502423

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 April 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

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

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

British Telecommunications plc

81 Newgate Street

London

EC1A 7AJ

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

No

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

Total value of the contract/lot: £350,000,000


Section six. Complementary information

six.3) Additional information

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.

---

The estimated value referred to in section II.1.5) covers the 6 year framework term and the potential call off contracts.

---

The award criteria questions and weightings will be published in the Invitation to Negotiate (ITN) / Invitation To Submit Initial Bids (ITSIB) documents.

---

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19132. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

---

Community Benefits are applicable to this contract. A summary of the expected community benefits has been provided as follows:

The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills development, diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service.

Public Bodies in Scotland are adopting fair work practices, which include:

— a fair and equal pay policy that includes a commitment to supporting the living wage, including, for example being a living wage

accredited employer;

— clear managerial responsibility to nurture talent and help individuals fulfil their potential, including for example, a strong commitment

to modern apprenticeships and the development of Scotland's young workforce;

— promoting equality of opportunity and developing a workforce which reflects the population of Scotland in terms of characteristics such

as age, gender, religion or belief, race, sexual orientation and disability;

— support for learning and development;

— stability of employment and hours of work, and avoiding exploitative employment practices, including for example no inappropriate use

of zero-hours contracts;

— flexible working (including for example practices such as flexi-time and career breaks) and support for family friendly working and

wider work life balance;

— support progressive workforce engagement, for example Trade Union recognition and representation where possible, otherwise

alternative arrangements to give staff an effective voice.

In order to ensure the highest standards of service quality in this contract we expect contractors to take a similarly positive approach to fair work practices as part of a fair and equitable employment and reward package.

Bidders who are invited to submit an initial bid will need to describe how they will commit to fair work practices for workers (including any agency or subcontractor workers) engaged in the delivery of this contract.

(SC Ref:731644)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court, Sheriff Court House

27 Chambers StreetTown

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts

(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.