The Abbeyfield Society: SD-WAN Connectivity and Enterprise LAN + WiFi

  The Abbeyfield Society is using Delta eSourcing to run this tender exercise

Notice Summary
Title: SD-WAN Connectivity and Enterprise LAN + WiFi
Notice type: Contract Notice
Authority: The Abbeyfield Society
Nature of contract: Supplies
Procedure: Negotiated
Short Description: The supplier will provide a WAN solution that supports Abbeyfield’s digital transformation strategies by delivery of a highly available Wide Area Network with unified security, optimal application user quality of experience and meets its bandwidth requirements for each of its sites. Abbeyfield requires faster provisioning of new offices and more efficient changes to configurations and functions. In addition, the qualified Network supplier will design, install and manage enterprise LAN switches, any cabling (minimum CAT6a) and WiFi Access Points to ensure seamless connectivity within all Abbeyfield sites.
Published: 16/09/2021 12:24
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-St Albans: Internet network.
Section I: Contracting Authority
      I.1) Name and addresses
             The Abbeyfield Society, 200719
             St Peter's House, 2 Bricket Rd, St Albans, AL1 3JW, United Kingdom
             Tel. +44 7949775566, Email: M.Alborzpour@abbeyfield.com
             Contact: Mehran Alborzpour
             Main Address: https://www.abbeyfield.com/
             NUTS Code: UKJ
      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: https://www.delta-esourcing.com/tenders/UK-UK-St-Albans:-Internet-network./6JP3N6KVRK
      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: SD-WAN Connectivity and Enterprise LAN + WiFi       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      32412110 - Internet network.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The supplier will provide a WAN solution that supports Abbeyfield’s digital transformation strategies by delivery of a highly available Wide Area Network with unified security, optimal application user quality of experience and meets its bandwidth requirements for each of its sites. Abbeyfield requires faster provisioning of new offices and more efficient changes to configurations and functions.

In addition, the qualified Network supplier will design, install and manage enterprise LAN switches, any cabling (minimum CAT6a) and WiFi Access Points to ensure seamless connectivity within all Abbeyfield sites.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lots 1 & 2 - SD-WAN Connectivity and Enterprise LAN + WiFi

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: SD-WAN Connectivity       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      72720000 - Wide area network services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Abbeyfield are tendering for a qualified telecommunications carrier who can provide high-speed SD-WAN connectivity. Providers are encouraged to be innovative in their proposed solutions as to provide the most cost-effective solution while meeting all technical requirements.
Abbeyfield expect a reduction in the network running costs while at the same time increasing the bandwidth, application performance and availability using multiple inexpensive internet lines. Abbeyfield require the solution to provide SD-WAN, security, link balancing and WAN optimisation. This should reduce the footprint at each location and provide savings to the overall running cost of the enterprise WAN & Edge security.
Services procured under this SD-WAN RFP are an essential enabler for Abbeyfield’s future IT strategy and include the following:
1)Architecture - The solution must provide a Secure Cloud Enabled SD-WAN with underlay circuits.
2)Bandwidth - The Solution must meet the bandwidth requirements (as per the Abbeyfield Site and Circuit List document) for each site.
3)Performance - The Solution must have the ability to prioritise traffic for business applications based on real-time bandwidth and latency measurements.
4)Security - The Solution must provide integrated Next-Generation FireWall (NGFW) and Unified Threat Management (UTM) ability for every location.
5)Remote Access - The Solution must provide Secure Remote Access to the On-Prem and Cloud Resources hosted by Abbeyfield.
6)Scalability and Availability - The solution must be scalable to support a minimum of 100 sites can grow over the next five years.
7)Public IP Range - The solution must meet Abbeyfield’s current and future public IP address requirement

More details and specific requirements are captured in the attached documents for this notice.
      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: 700,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: 1) Possibility of up to two voluntary one-year extensions
2) A four-year contract with the possibility of up to one voluntary one-year extension
3) A five-year contract
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: As set out in the documents accompanying the Selection Questionnaire.
      II.2.10) Information about variants:
      Variants will be accepted: No
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/PX46X2J79Q       
II.2) Description Lot No. 2
      
      II.2.1) Title: Enterprise LAN Switches + WiFi       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      32410000 - Local area network.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Abbeyfield are tendering for a qualified Network Supplier who can design, install and manage LAN switches, cabling and WiFi access points to all the Abbeyfield sites as stated with the requirements listed below. Suppliers are encouraged to be innovative in their proposed solutions as to provide the most cost-effective solution while meeting all technical requirements and Abbeyfield expect all the equipment to be procured, owned, managed and maintained by the candidate supplier throughout the duration of the contract.
The following are conditions which the supplier must provide for
1) Local Area Network Switches
2) Cabling & Access Point Installation
3) Wireless Access Point (WAP) specific requirements
4) WAP and Network Management
5) LAN and WAP Policy Management
6) LAN and WAP System Requirements
7) AP Requirements
8) AP Placement and Installation

More details and specific requirements are captured in the attached documents for this notice.
      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: 800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: 1) Possibility of up to two voluntary one-year extensions
2) A four-year contract with the possibility of up to one voluntary one-year extension
3) A five-year contract
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: As set out in the documents accompanying the Selection Questionnaire.
      II.2.10) Information about variants:
      Variants will be accepted: No
      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: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/5EVMNZDU3N       


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:          
      The suitability criteria are set out in a selection questionnaire ("SQ") instructions and scoring document which can be obtained from the address in I.1.    
      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.2.2) Contract performance conditions       
      Details of the conditions are set out in the procurement documents. These will include conditions relating to service levels and service credits and/or right to terminate for less than minimum acceptable performance levels.          
      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: No.
   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: Yes       
   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: 18/10/2021 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/11/2021       
      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): 4
      
      

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.The contracting authority is subject the Environmental Information Regulations 2004. All information to which the Environmental Information Regulations apply will be dealt with in accordance with those Regulations.

The right is reserved not to proceed or not to award a contract for the whole or any part of proposed procurement. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-St-Albans:-Internet-network./6JP3N6KVRK

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6JP3N6KVRK
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3 below
       See VI.4.3 below, 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 incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective".    
   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: 16/09/2021

Annex A


View any Notice Addenda

View Award Notice