Opportunity

SWAN Re-procurement

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

F02: Contract notice

Notice reference: 2021/S 000-022719

Published 13 September 2021, 4:55pm



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

Billy Hislop

Email

billy.hislop@nhs.scot

Telephone

+44 7971460577

Country

United Kingdom

NUTS code

UKM - Scotland

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.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

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/

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.1.5) Estimated total value

Value excluding VAT: £350,000,000

two.1.6) Information about lots

This contract is divided into lots: No

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

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £350,000,000

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

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

As stated in the SPD(S) and SWAN SPD(S) scoring guidance document.

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


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

SPD(S) Q.4B.1.1: Bidders are required to provide statement of accounts or extracts relating to their business for the previous 3 years.

Where any are risks identified by NSS as part of the due diligence carried out on the above information NSS may require bidders to provide additional information to demonstrate financial standing. Additional information can include but not be limited to:

- parent company accounts (if applicable)

- deeds of guarantee

- bankers statements and references

- accountants’ references

- management accounts

- financial projections, including cash flow forecasts

- details and evidence of previous contracts, including contract values

- capital availability.

Guarantees may be required from parent companies and from banks.

-

Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement.

---

Q.4B.5.1 and Q.4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any

subsequently awarded contract, the types and levels of insurance indicated below:

Employers (compulsory) liability insurance: 5 000 000 GBP;

Public liability insurance: 10 000 000 GBP;

Professional indemnity insurance: 5 000 000 GBP;

Product liability insurance: 10 million GBP;

Product liability insurance in not less than the sum of GBP 1 million in respect of any one incident.

Minimum level(s) of standards possibly required

The turnover of the economic operator in respect of its most recent two full financial years must have been equal to or more than GBP 25 000 000 per annum.

Turnover in the business area covered by the contract GBP 25 000 000 per annum.

SPD(S) 4B.5

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must demonstrate that they have a sufficient and appropriate general and relevant experience to perform the services and the extent of experience necessary to deliver the services all as described in this Contract Notice and additional documents.

-

Refer to section 4C of the SPD(S) and table 2 in the SWAN - SPD scoring instructions for selection criteria and completion instructions


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

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Call offs to be made over a 6 year period to allow Scottish Public Sector Organisations to use the framework at the end of any current Wide Area Network contract they may have. This will allow as many Public Sector organisations as possible to aggregate their demand for Wide Area Network services thereby helping to achieve the economic and strategic benefits the project is designed to deliver.

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

22 October 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

22 November 2021

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This will be subject to ongoing demand and most suitable timeframes for any future procurement.

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 40338. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Community Benefits offered should be relevant and proportionate to this particular requirement. Customer Call-off contracts may request the inclusion and delivery of local benefits in line with their individual policy on Social, Economic and Environmental policies and may be based on individual call-off contract value.

---

The Community Benefits questions will be published in the Invitation to Negotiate (ITN) / Invitation To Submit Initial Bids (ITSIB) documents.

(SC Ref:663685)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sherriff Court, Sherriff 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.