Opportunity

The Provision of Business Services for The Scotland 5G Centre (S5GC) and S5GConnect

  • University of Strathclyde

F02: Contract notice

Notice reference: 2021/S 000-031808

Published 20 December 2021, 3:35pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Contact

Laura Shaw

Email

laura.shaw@strath.ac.uk

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

The Provision of Business Services for The Scotland 5G Centre (S5GC) and S5GConnect

Reference number

UOS-22250-2021

two.1.2) Main CPV code

  • 79900000 - Miscellaneous business and business-related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scotland 5G Centre (S5GC) is the national centre for 5G, set up by the Scottish Government to accelerate the demand, deployment, and adoption of 5G in Scotland. We require an external supplier with a working knowledge of the application of 5G network technology and/or partners involved in the deployment of 5G systems to provide business and technical expertise to deliver a series of 5G use cases operated from the S5GConnect hub network, located across Scotland. Support is required from an external supplier to work with the Head of the 5G Connect Programme and the Business Engagement Managers as to support the development of new use cases.

two.1.5) Estimated total value

Value excluding VAT: £480,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72590000 - Computer-related professional services
  • 71316000 - Telecommunication consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Scotland 5G Centre (S5GC) is the national centre for 5G, set up by the Scottish Government to accelerate the demand, deployment, and adoption of 5G in Scotland. We are seeking external support to deliver a series of 5G use cases operated from our S5GC test beds located across Scotland. Support is required from an external supplier to work with the Head of the 5G Connect Programme and the Business Engagement Managers to support the development of new use cases. The support required includes technical expertise, programme management and commercial knowledge.

Use Cases are critical for promoting the uptake of 5G enabled applications and providing potential solutions to future business needs. We require an external supplier with a working knowledge of the application of 5G network technology and/or partners involved in the deployment of 5G systems to provide use case scoping and evaluation, Commercial Services and Technical Support.

This service would be required from April 2022 on a demand to use basis as we cannot predict the type or number of enquiries that we receive or from what sector the enquiries may come from. We do however have set sectors that our Supplier must have a basic knowledge of or be able to access promptly: Virtual Production and Interactive Entertainment, AR/VR simulation Technology, Manufacturing, Transport & Logistics, Healthcare, Critical Infrastructure, AI, IoT, Net Zero & Environment Working, Pop Up 5G Networks, Energy.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

At solely the University's discretion, this contract can be extended for a period of up to 12 months.

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

4B.1.2 Bidders will be required to have an average yearly turnover of a minimum of 240,000 GBP for the last three (3) years.

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

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

Public Liability Insurance = 5,000,000 GBP

Professional Risk Indemnity Insurance = 1,000,000 GBP

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 of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.

The bidder should use the template provided for them to answer the Technical and Professional ability question 4C.1.2 of their SPD (Scotland) response.

The bidder must provide 2 examples from the past 3 years that demonstrates that they can fulfil the requirements outlined under the relevant lot description (II.2.4) (Description of the Procurement) within the Contract Notice.

This question will be scored in accordance with the Scoring Methodology noted in Section 4.2 of the ITT document by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to each example. Please note, the Tenderer must score a minimum of 2 for each example, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further.


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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-029722

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

Date

4 February 2022

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

4 February 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 40781. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20292. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:676316)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G59TW

Country

United Kingdom