Microsoft Licensing Solution Providers (LSP) Panel
Tender ID: 595420
Tender Details
Tender Description
Project goals
The Department of Customer Service (DCS) intends to create a new procurement panel for Microsoft Licensing Solution Providers (LSPs), known as the LSP Panel or Panel. The LSP Panel aims to establish an All of Government (AoG) standing offer arrangement with at least three Microsoft LSP to streamline the use of any All of Government Agreement between the Principal and Microsoft.
It is the Principal’s intention that, subject to relevant approvals, the Panel will be mandatory for NSW agency use when procuring Microsoft Products under any All of Government Agreement between the Principal and Microsoft.
Each tenderer selected for admission to the LSP Panel must be authorised by Microsoft as a “Licensing Solution Provider” under the Microsoft Channel Agreement. Also note that the purchase of Microsoft Services (services provided by Microsoft directly to Customers) will be subject to a different contractual arrangement outside of the scope of the LSP Panel.
The establishment of the panel will focus on:
- leveraging AoG consolidated volume to improve overall value for money for buyers
- ensuring agencies have access to Services that meet agency requirements at market competitive rates and
- improved reporting on all of government spend and supplier performance.
Scope
DCS has worked with NSW Government agencies to categorise Services to be offered under the LSP Panel. The Services have been classified in 4 separate Panel Modules:
- Panel Module 1: Basic Microsoft Licencing Fulfilment (BMLF)
- Panel Module 2: Value Added Services (VAS)
- Panel Module 3: Support Services (SS)
- Panel Module 4: Other Professional Services (OPS)
For the purposes of the Panel establishment, each LSP will be required to offer, as a minimum, Panel Module 1 – BMLF Services to facilitate the purchase, invoicing/payment, resource utilisation, reporting and contract management of Microsoft Products.
The LSPs may also, subject to their specific empanelment status as defined in a resulting MICTA, offer other Services under the Panel Modules 2-4 directly to Eligible Customers.
Given the significance of the spend on Microsoft Products, Panel Module 1: Basic Microsoft Licencing Fulfilment requires empanelled suppliers to meet each of the Capabilities and associated Functional Requirements detailed as part of this tender documents.
For the remaining Panel Modules 2-4, LSPs may be admitted to the Panel for one or more Capabilities within each Panel Module, subject to evaluation of the proposed Capabilities and the supplier’s associated technical offerings. That is, admission of Capabilities for Panel Modules 2-4 will be considered on a Capability-by-Capability basis and not as a whole group.
Additional details/instructions
Please review the 'Parts 1 to 4_Request for Tender - Microsoft LSPs DICT_4599_v1.1.PDF' document for further instructions.
Please note that membership to ICT Services scheme (SCM0020) is not mandatory for responding to this tender.
Requirements
Mandatory requirements
A.Scheme membership (SCM0020) *
Information and technology
This procurement category has a mandated scheme.
This category has a mandated scheme, to be awarded this contract you may need to be a member of the ICT Services Scheme SCM0020.
Are you a member of SCM0020?
Response type
Radio button (Yes/No)
B. Social procurement (Aboriginal Procurement Policy) *
Information and technology
Category and estimated value is subject to social procurement.
If you are successful in winning this opportuntity you will be required to submit quarterly reporting, do you agree?
Response type
Radio button (Yes/No)
C.Social procurement (Shorter Payment Terms Policy) *
Information and technology
Category and estimated value is subject to social procurement.
If you are successful in winning this opportuntity you will be required to submit quarterly reporting, do you agree?
Response type
Radio button (Yes/No)
C.Social procurement (SME Policy) *
Information and technology
Category and estimated value is subject to social procurement.
If you are successful in winning this opportuntity you will be required to submit quarterly reporting, do you agree?
Response type
Radio button (Yes/No)
Opportunity requirements
1. Schedule 1 – Tender Form
The Tenderer must complete and return a signed version of Schedule 1 to Part 3 – Tender Form.
Schedule 1 to Part 3 - Tender Form.docx (90 KB)
2. Schedule 2 - Microsoft LSP Authorisation Status
Tenderers must attach a document titled “Schedule 2 to Part 3 - Microsoft LSP Authorisation Status”, providing evidence of their authorisation status as a Licensing Solution Provider (LSP) under the Microsoft Channel Agreement.
3. Schedule 3 - Risk & Compliance Schedule
The Tenderer must complete and return a completed version of Schedule 3 to Part 3 – Risk & Compliance Schedule. This schedule includes:
- Insurances
- Financial Viability statement
- Supplier Conduct
- Conflicts of Interest declaration
- Policy compliance
- Information Security
- Supplier Strategy
Schedule 3 to Part 3 - Risk & Compliance Response Schedule.xlsx (83 KB)
4. Schedule 4(a) to Part 3 - Compliance with Requirements and Capability to Deliver
The Tenderer must complete and return a completed version of Schedule 4(a) to Part 3 – Compliance with Requirements and Capability to Deliver. This Schedule includes:
- Compliance with Functional Requirements for the Capabilities under each Panel Module
Schedule 4(a) to Part 3 - Compliance with Requirements and Capability to Deliver.xlsx (107 KB)
5. Schedule 4(b) to Part 3 - Technical Offering Summary
The Tenderer must complete and return a completed version of Schedule 4(b) to Part 3 - Technical Offering Summary.
This Schedule includes a summary of the Tenderer's Service Offering, including:
- Service Name
- Technical Offering Document Name
- High Level description of Service Offered
- The Panel Module that the services are related to
Schedule 4(b) to Part 3 - Technical Offering Summary.xlsx (92 KB)
6. Schedule 5 – Tenderer Experience and Track Record
Tenderer must complete and return a completed version of Schedule 5 to Part 3 – Tenderer Experience and Track Record. Under this Schedule the Tenderer is required to provide information regarding their:
- Track record of providing in-scope Services to large government organisations or similar private organisations
- Details of referees to enable the Principal to conduct reference checks.
Schedule 5 to Part 3 - Experience and Track Record.xlsx (96 KB)
7. Schedule 6 - Social Procurement
The Tenderer must complete and return a completed version of Schedule 6 to Part 3 – Social Procurement. Under this Schedule the Tenderer is required to provide information regarding:
- SME participation
- Aboriginal Participation
- Local content / participation.
Schedule 6 to Part 3 - Social Procurement Schedule.xlsx (59 KB)
8. Schedule 7 - Pricing Response Schedule
The Tenderer must complete and return a completed version of Schedule 7 to Part 3 – Pricing Response Schedule.
Please insert the pricing details in the attached pricing template.
**To access details, please refer to the related links .**