Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Laura Shaw
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
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