Shaw Consulting Ltd: Data Connectivity

  Shaw Consulting Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Data Connectivity
Notice type: Contract Notice
Authority: Shaw Consulting Ltd
Nature of contract: Services
Procedure: Open
Short Description: The provision of a modern, secure, fast, agile data network which includes replacement network equipment (Security, Routers, Switches, Wireless Access Points) that can all be managed through a single network management platform. The optional provision of a DR as a Service and Backup as a Service solution.
Published: 19/06/2019 16:29
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-Coalville: Networks.
Section I: Contracting Authority
      I.1) Name and addresses
             East Midlands Housing Group
             Memorial House, Stenson Road, Coalville, LE67 4JP, United Kingdom
             Email: chris.shaw@shawc.co.uk
             Contact: Email or Phone
             Main Address: https://www.emhgroup.org.uk
             NUTS Code: UKF
      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-Coalville:-Networks./5RYBB3REF2
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/5RYBB3REF2 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: Data Connectivity       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      32400000 - Networks.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The provision of a modern, secure, fast, agile data network which includes replacement network equipment (Security, Routers, Switches, Wireless Access Points) that can all be managed through a single network management platform.

The optional provision of a DR as a Service and Backup as a Service solution.       
      II.1.5) Estimated total value:
      Value excluding VAT: 750,000       
      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:
      UKF EAST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: The requirements can be summarised as follows:

- A Hybrid WAN is required which encompasses resilient data circuits for the main office locations which are provisioned on 1Gbps bearers.
- Direct Internet Access circuits which are based on FTTC and resiliently delivered using backup 4G / 5G.
- Replacement of the Core Network Switches at the main offices (Memorial house, Jubilee House and Longfield House) and PoE Edge switches for all locations. Note: These must be compatible with the current Cisco CUCM Phone system.
- Both new and replacement Wireless Access Points.
- Network Management Solution that provides single pane of management that can be used by emh group IT staff and the chosen supplier.

Optional provision of a Disaster Recovery as a Service Solution and Backup as a Service solution.

Full installation services which includes Design, Transition, Project Management, Decommissioning & Removal of the existing services / kit, and On-going Support.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Total Cost of ownership of the solution over 3 years / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 750,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 42       
      This contract is subject to renewal: Yes       
      Description of renewals: The option to extend the contract by 24 months after the initial contract term of 42 months
      
      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: 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       
      List and brief description of selection criteria:
      Detailed in the SSQ and replicated below are specific pass / fail criteria, if your organisation fails one of these criteria your response will not be analysed any further and will be excluded from the process.    
      Minimum level(s) of standards possibly required (if applicable) :       
      The minimum level of economic and financial standing and/or the minimum financial threshold will be assessed by EMHG by performing:

1. a credit check, a score of average (or its equivalent) or above will be classed as a pass; anything below average (or its equivalent) will be a fail.
2. checking the bidder's turnover is greater than £1.5 million

In addition to the above, you must self-certify that you have or will obtain before the contract commences the following insurance levels:
— Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP.
— Public Liability Insurance = 5 000 000 GBP.
— Professional Indemnity Insurance = 2 000 000 GBP.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Detailed in the SSQ and replicated below are specific pass / fail criteria, if your organisation fails one of these criteria your response will not be analysed any further and will be excluded from the process.    
      Minimum level(s) of standards possibly required (if applicable) :          
      Data Circuits
The supplier must be able to provide cost effective connectivity off their core network into Public Cloud providers e.g. Microsoft Azure, Office 365, AWS, Google.
The supplier must be able to provide SIP services over their proposed network either through their own solution or a specialised provider.
The supplier must be able to provide support for emh group’s Cisco CUCM Voice and VOIP protocols, QoS and CoS over the WAN circuits (Fibre, Wireless, Copper).
Networking Hardware
The supplier must be able to provide a Hybrid network that encompasses Software Defined Networking capabilities.
The supplier must be certified by the Hardware / Software Manufacturer to implement and support the proposed solution.
      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          
      Not Provided          
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   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.1.6) 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: 29/07/2019 Time: 09:00
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 29/07/2019
         Time: 09:05
         Place:
         EMHG Head Office
      

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 No       
   Electronic payment will be used No       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Coalville:-Networks./5RYBB3REF2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5RYBB3REF2
   VI.4) Procedures for review
   VI.4.1) Review body:
             EMH Group
       Memorial House, Stenson Road, Coalville, LE67 4JP, United Kingdom
       Internet address: www.emhgroup.org.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   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: 19/06/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Coalville: Networks.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       East Midlands Housing Group
       Memorial House, Stenson Road, Coalville, LE67 4JP, United Kingdom
       Tel. +44 7722067596, Email: chris.shaw@shawc.co.uk
       Contact: Email or Phone
       Main Address: https://www.emhgroup.org.uk
       NUTS Code: UKF

   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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: ***CONTRACT AWARD for Data Connectivity Tender ***            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         32400000 - Networks.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: CONTRACT AWARD for the provision of a modern, secure, fast, agile data network which includes replacement network equipment (Security, Routers, Switches, Wireless Access Points) that can all be managed through a single network management platform. This also includes the provision of a DR as a Service and Backup as a Service solution.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 654,349 / Highest offer:1,517,117         
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKF - EAST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      EAST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: CONTRACT AWARD FOR THE PROVISION OF:

- A Hybrid WAN is required which encompasses resilient data circuits for the main office locations which are provisioned on 1Gbps bearers.
- Direct Internet Access circuits which are based on FTTC and resiliently delivered using backup 4G / 5G.
- Replacement of the Core Network Switches at the main offices (Memorial house, Jubilee House and Longfield House) and PoE Edge switches for all locations. Note: These must be compatible with the current Cisco CUCM Phone system.
- Both new and replacement Wireless Access Points.
- Network Management Solution that provides single pane of management that can be used by emh group IT staff and the chosen supplier.

Disaster Recovery as a Service Solution and Backup as a Service solution.

Full installation services which includes Design, Transition, Project Management, Decommissioning & Removal of the existing services / kit, and On-going Support.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Total Cost of ownership of the solution over 3 years / Weighting: 30
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 119-291821
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/09/2019

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Node4 Limited
             Millennium Way,, Pride Park,, Derby, DE24 8HZ, United Kingdom
             Tel. +44 8451232222, Fax. +44 8451232222, Email: A.Thurman@node4.co.uk
             Internet address: www.node4.co.uk
             NUTS Code: UKF11
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Lowest offer: 645,349 / Highest offer: 1,517,117
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=429415392

   VI.4) Procedures for review

      VI.4.1) Review body
          EMH Group
          Memorial House, Stenson Road, Coalville, LE67 4JP, United Kingdom
          Tel. +44 1530276000, Fax. +44 1530276000, Email: michael.simpson@emhgroup.org.uk
          Internet address: www.emhgroup.org.uk

      VI.4.2) Body responsible for mediation procedures
          EMH Group
          Coalville, United Kingdom
          Tel. +44 1530276000, Fax. +44 1530276000, Email: michael.simpson@emhgroup.org.uk
          Internet address: www.emhgroup.org.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          EMH Group
          Coalville, United Kingdom
          Tel. +44 1530276000, Fax. +44 1530276000, Email: michael.simpson@emhgroup.org.uk
          Internet address: www.emhgroup.org.uk

   VI.5) Date of dispatch of this notice: 28/11/2019