UK-Glasgow: Software support services.

UK-Glasgow: Software support services.
Section I: Contracting Authority
I.1) Name and addresses
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 1414830344, Email: paul.mcdonald@scottishwater.co.uk
Main Address: https://www.scottishwater.co.uk/
NUTS Code: UKM
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Software-support-services./47P92V2789
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Software-support-services./47P92V2789 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

I.6) Main activity:
Water

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Microsoft 365 Support Services
Reference Number: SW21/TI&T/1385
II.1.2) Main CPV Code:
72261000 - Software support services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Scottish Water is procuring a framework of suppliers to help it service and maximise the value delivered using M365, which is fully adopted, and to provide other professional services related to M365, Azure, and tactical development services.
It is anticipated the M365 managed service will be provided by one supplier, with other services provided by one or more suppliers on the framework.
II.1.5) Estimated total value:
Value excluding VAT: 8,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description


II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKM SCOTLAND

II.2.4) Description of procurement: M365 managed service, with provision for additional Azure and M365 Professional Services and Tactical Development
Scottish Water is procuring a framework of suppliers to help it service and maximise the value delivered using M365, which is fully adopted, and to provide other professional services related to M365, Azure, and tactical development services.
It is anticipated the M365 managed service will be provided by one supplier, with other services provided by one or more suppliers on the framework.

Outline of the services:
- Expert level capability to support, configure and advise on all components of Microsoft E5 package and PowerPlatform
- Ongoing M365 ‘greenfield’/’evergreen’ service, assessing incoming feature changes, bringing best-practice governance for management of platform, tactical apps, dashboards, health checks and maximising value and leading training engagements into the business to empower users
- Azure configuration and professional services
- Tactical development using PowerApps, PowerBI
- Azure LogicApp and Azure full stack development of Web and Mobile apps

Please review M365 Full Scope document accessible in the PQQ supporting documentation for detailed description of Scottish Water’s requirements.

Context:
Scottish Water uses M365 as its primary productivity, collaboration and analytics platform, and Azure as its primary cloud platform. While having incumbent partners for infrastructure management, application management (for on-prem and other cloud platforms) and cyber-security we have a gap in the provision of ongoing capability for service and professional services in the configuration and opportunity maximisation of the M365 platform. There continues to be a need for user training and empowerment, and we need a partner who can impact and opportunity assess the incoming stream of feature updates from Microsoft.
Azure is well adopted and currently we maintain a mixed on-prem and cloud strategy, with a preference for cloud first.
PowerApps and PowerBI are used widely by most core user groups, however we’d like a partner to be able to provide build capability with these and advice on best practice governance.
As expected with becoming a further Digitally empowered organisation we will continue to have a requirement for web and mobile apps to enable or facilitate business processes.
Any prospective partner will be expected to work with our existing service management processes using Service Now and work in collaboration with our incumbent IT partners.

Commercial model
The contract shall be for an initial term of 3 years with 5 years of extension options
Scottish Water may award the framework in parts.
It is anticipated the M365 managed service will be provided by one supplier, with other services provided by one or more suppliers on the framework.
The level of spend achieved by each supplier on the framework may vary depending on the framework parts they are awarded and the level of available project work which may vary with business requirements year on year.


Notice of potential additional works
Additional services may be required under this framework by merit of the following causes:
- The M365, Azure and Dynamics platforms proposition changing, being merged/demerged, updated, further features/capability/modules released or modules removed, equivalent functionality sold as an alternative product, or Scottish Water choosing to replace a platform or product with a similar or equivalent product
- Changes in industry trends and best-practice related to service delivery, consulting and development, for example development methodologies.

If the services are substantially similar to those contemplated in the framework Scottish Water may award them via negotiated procedure without prior publication to suppliers on the framework.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 8,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: Initial 3 year term with 5x1 year extension options at Scottish Waters sole discretion.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of cadidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The PQQ documents can also be accessed by logging in through the Scottish Water Delta e-sourcing webpage https://scottishwater.delta-esourcing.com/ and through the Response Manager section using the following Access Code : 47P92V2789



Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.1.6) Deposits and guarantees required:
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Bidders must comply with modern slavery act and operate an ethical supply chain
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description NEGOTIATED_WITH_COMPETITION
IV.1.1) Type of procedure: Competitive procedure with negotiation

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/03/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: Scottish Water will not accept the SPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the FTS Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Software-support-services./47P92V2789

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/47P92V2789
VI.4) Procedures for review
VI.4.1) Review body:
Glasgow Sheriff Court
1 Carlton Place, Glasgow, G59DA, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 8000778778
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 07/02/2022

Annex A