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 |
View Full Notice
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