Sovereign Network Homes: WAN, Network Services and Co-Location Services

  Sovereign Network Homes is using Delta eSourcing to run this tender exercise

Notice Summary
Title: WAN, Network Services and Co-Location Services
Notice type: Contract Notice
Authority: Sovereign Network Homes
Nature of contract: Services
Procedure: Negotiated
Short Description: A contract for WAN, network services (managed Internet, firewalls, SPAM, SIP et al) and IT Disaster Recovery (co-location) This includes: 1.Managed Network; a.WAN connectivity b.Internet Access break outs c.Remote Access VPN, inc Mobility access d.SIP trunks and DDI ranges to be ported e.Firewalls, including firewall policy definition and implementation f.Service operations and management, integrated with Network’s user support desk to include network management, hardware support and maintenance 2.Data centre co-lo services to house Network’s current IT DR facilities a.Ship-to-site SUN hardware to support Network’s primary business application bRemote hands for routine management tasks, including support for annual DR tests;
Published: 05/04/2017 12:17
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Wembley: Wide area network services.
Section I: Contracting Authority
      I.1) Name and addresses
             Network Homes
             Olympic Office Centre, 8 Fulton Road, Wembley, HA9 0NU, United Kingdom
             Tel. +44 2087824312, Email: procurement@networkhomes.org.uk
             Main Address: www.networkhomes.org.uk
             NUTS Code: UKI
      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: http://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Wide-area-network-services./JNZXRHPTM5
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: WAN, Network Services and Co-Location Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72720000 - Wide area network services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: A contract for WAN, network services (managed Internet, firewalls, SPAM, SIP et al) and IT Disaster Recovery (co-location)
This includes:
1.Managed Network;
a.WAN connectivity
b.Internet Access break outs
c.Remote Access VPN, inc Mobility access
d.SIP trunks and DDI ranges to be ported
e.Firewalls, including firewall policy definition and implementation
f.Service operations and management, integrated with Network’s user support desk to include network management, hardware support and maintenance
2.Data centre co-lo services to house Network’s current IT DR facilities
a.Ship-to-site SUN hardware to support Network’s primary business application
bRemote hands for routine management tasks, including support for annual DR tests;       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,000,000       
      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:
      UKI23 Outer London - West and North West
      
      II.2.4) Description of procurement: A competitive process with negotiation to select a service provider to provide WAN, Network Services (managed Internet, firewalls, SPAM, SIP et al) and IT Disaster Recovery (co-location) through two components that are intrinsically linked in the provision of services to the business, the first is the managed WAN and Network Services, the second the provision of co-lo facilities to accommodate Network’s current IT Disaster Recovery service.
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: Yes       
      Description of renewals: There will be an initial contract for 5 years which could be extended by up to 5 annual extensions.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: As set out in the documents
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: Not provided       


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          
      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.1.3) 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.1.5) 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.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       
      As set out in the SLA matrix          
      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
      IV.1.1) Type of procedure:   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: Yes.
   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: No       
   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: 08/05/2017 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/05/2017       
      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:
         Duration in month(s): 6
      
      

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 No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Information about the process, the service requirements and the SQ documents to be returned are included in the SQ documents.
The ITT documents are included for information only at this stage.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Wide-area-network-services./JNZXRHPTM5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JNZXRHPTM5
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The contracting authority will observe a minimum 10 calendar day standstill period from the day after communication to tenderers of the authority's intended award decision. There is no right of appeal to the contracting authority and instead the UK Public Contract Regulations 2015 provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach unless an extension is granted by the courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1    
   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: 05/04/2017

Annex A


View any Notice Addenda

View Award Notice