University of Exeter has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | UOE/2013/026/KD WIRELESS NETWORK DESIGN SERVICES FRAMEWORK AGREEMENT |
Notice type: | Contract Notice |
Authority: | University of Exeter |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The framework agreement is expected to be let for a period of 2 years with an option to extend for a further 2 year period [i.e. maximum 4 year term]. The University requires a framework of service providers of up to 5 firms who can provide IT wireless consultancy and design services for its network as and when these services are required due to the expansion of the existing wireless network estate throughout the term of the framework agreement. |
Published: | 20/12/2013 15:01 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University of Exeter
Procurement Services, Northcote House, The Queen's Drive, Exeter, EX4 4QJ, United Kingdom
Tel. +44 392661000, Email: procurement@exeter.ac.uk, URL: www.exeter.ac.uk, URL: www.in-tendhost.co.uk/universityofexeter
Contact: www.in-tendhost.co.uk/university of exeter, Attn: Kathy Duffie
Electronic Access URL: www.in-tendhost.co.uk/universityofexeter
Electronic Submission URL: www.in-tendhost.co.uk/universityofexeter
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:
Education
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: UOE/2013/026/KD WIRELESS NETWORK DESIGN SERVICES FRAMEWORK AGREEMENT
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UKK4 - Devon
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement:
Duration in year(s): 2
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 200,000 and 400,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Networks. IT services: consulting, software development, Internet and support. Computer support and consultancy services. The framework agreement is expected to be let for a period of 2 years with an option to extend for a further 2 year period [i.e. maximum 4 year term]. The University requires a framework of service providers of up to 5 firms who can provide IT wireless consultancy and design services for its network as and when these services are required due to the expansion of the existing wireless network estate throughout the term of the framework agreement.
II.1.6)Common Procurement Vocabulary:
32400000 - Networks.
72000000 - IT services: consulting, software development, Internet and support.
72600000 - Computer support and consultancy services.
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: No
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:
A new wireless service encompassing the initial design & RF planning of a wireless provision, which may be a green field site or an addition to existing services and, or topology and the subsequent testing to show efficacy of the solution post installation. The successful service providers will be required to provide off-plan and physical wireless surveys, detailed plans showing indicative coverage & performance & subsequent post installation test results. The University will occasionally require other generic wireless based consultancy services for example, advice on emerging technologies & standards, in which case the service providers could act a wireless technical consultants. Ideally the University is looking for providers to have a certified wireless network professional [CWNP] or similar accreditation. The University is seeking to establish a framework agreement of up to 5 service providers for a period of 2 years with an option to extend the term for a further 2 years [i.e. 4 year term maximum]. The value range shown for this framework agreement is an estimate and the final total spend with all framework service providers may be less than, or greater than that stated in this notice.
Estimated value excluding VAT:
Range between: 200,000 and 400,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 1
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 24
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 24 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A parent company guarantee/bond may be required from service providers appointed to the framework agreement; please see tender document for details.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Services provided under the framework are expected to be solely funded by the University however, works undertaken at the Penryn Campus, Cornwall may be funded in part/wholly through the ERDF Convergence Funding or such other European funding as may become available to the University/FX Plus in Cornwall.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Company, limited company, sole trader, partnership, limited partnership, joint & several responsibility, temporary association.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
This is described in the Invitation to Tender document.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
This is described in the Invitation to Tender document.
Minimum Level(s) of standards possibly required:
This is described in the Invitation to Tender document.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
This is described in the Invitation to Tender document.
Minimum Level(s) of standards possibly required:
This is described in the Invitation to Tender document.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
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: UOE/2013/026/KD WIRELESS NETWORK DESIGN SERVICES FRAMEWORK AGREEMENT
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 06/02/2014
Time-limit for receipt of requests for documents or for accessing documents: 23:59
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 07/02/2014
Time: 13:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 6
IV.3.8)Conditions for opening tenders
Date: 07/02/2014
Time: 13:00
Persons authorised to be present at the opening of tenders: No
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 2017 or 2018
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Services provided under the framework agreement are expected to be funded solely by the University however, works undertaken at the Penryn Campus, Cornwall may be funded in part/wholly through ERDF Convergence funding or such other European funding as may become available to the University/FX Plus in Cornwall. No details of such funding is presently available.
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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=79365702
GO-20131220-PRO-5349937 TKR-20131220-PRO-5349936
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
University of Exeter
Procurement Services, Finance Services, Northcote House, The Queen's Drive, Exeter, EX44QJ, United Kingdom
Tel. +44 1392661000, Email: procurement@exeter.ac.uk, URL: http://www.exeter.ac.uk/finance/procurement/
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: 20/12/2013
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Falmouth Exeter Plus (FX Plus)
Penryn Campus, PENRYN, TR10 9FE, United Kingdom