South Essex Partnership University NHS Foundation Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Wi-Fi Infrastructure |
Notice type: | Contract Notice |
Authority: | South Essex Partnership University NHS Foundation Trust |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | South Essex Partnership University NHS Foundation Trust (SEPT) require responses for the tender of a Wi-Fi infrastructure. SEPT currently has deployed a Cisco Unified Wireless network that supports around 600 clients, with around 580 Wireless Access Points, 25 Wireless LAN Controllers and centralised management provided by Cisco WCS. The Wi-Fi infrastructure covers locations in Essex and Bedfordshire. SEPT wishes to upgrade its infrastructure to support newer technology to support the Trust operations, including controllers, management, authentication and Guest Wi-Fi services. The latter are currently provided by Cisco ACS servers and Aruba Networks Amigopod respectively. Responses will be required to show how the solution will be resilient in the event of failure and scalable to support the Trust with further deployment of Wi-Fi services. Support of the proposed solution will also be required as part of the tender response. The service provision may be in both Essex and Bedfordshire |
Published: | 04/11/2013 13:41 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
South Essex Partnership University NHS Foundation Trust
Thurrock Commuity Hospital, Grays, RM16 2PX, United Kingdom
Tel. +44 1375364505, Fax. +44 1375364468, Email: sally.pooley@sept.nhs.uk
Attn: Sally Pooley
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Health
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Wi-Fi Infrastructure
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Communications infrastructure. South Essex Partnership University NHS Foundation Trust (SEPT) require responses for the tender of a Wi-Fi infrastructure. SEPT currently has deployed a Cisco Unified Wireless network that supports around 600 clients, with around 580 Wireless Access Points, 25 Wireless LAN Controllers and centralised management provided by Cisco WCS. The Wi-Fi infrastructure covers locations in Essex and Bedfordshire.
SEPT wishes to upgrade its infrastructure to support newer technology to support the Trust operations, including controllers, management, authentication and Guest Wi-Fi services. The latter are currently provided by Cisco ACS servers and Aruba Networks Amigopod respectively.
Responses will be required to show how the solution will be resilient in the event of failure and scalable to support the Trust with further deployment of Wi-Fi services. Support of the proposed solution will also be required as part of the tender response. The service provision may be in both Essex and Bedfordshire
II.1.6)Common Procurement Vocabulary:
32571000 - Communications infrastructure.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: All lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)
Information About Lots
Lot No: 1
1)Short Description: Not Provided
2)Common Procurement Vocabulary:
32571000 - Communications infrastructure.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
1)Short Description: Not Provided
2)Common Procurement Vocabulary:
32571000 - Communications infrastructure.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
To be included in the scope of works that will be included in the invitation to tender
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
This will be included in the pre-qualification questionnaire
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
Information and formalities necessary for evaluating if requirements are met:
This will be included in the pre-qualification questionnaire
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
This will be included in the pre-qualification questionnaire
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 12/12/2013
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 13/12/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 20/12/2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=78158621
GO-2013114-PRO-5240993 TKR-2013114-PRO-5240992
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 04/11/2013
ANNEX A