Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-justice
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
LAN Services
Reference number
prj_9723
two.1.2) Main CPV code
- 72710000 - Local area network services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this Contract Notice is to inform the market of the opportunity for the provision of local area network (LAN) services.
The LAN services will securely connect the MoJ’s devices within its circa 1000 sites to other networked devices and to the wide area network (WAN) service. The scope of the LAN services includes:
• Management of the MoJ’s existing fixed LAN and wireless LAN infrastructure and any newly provisioned infrastructure as part of the Contract;
• Onboarding any existing standalone Wireless LAN infrastructure and integrate it with the fixed LAN as instructed by the MoJ;
• Deployment and maintenance of structured cabling and patching across the MoJ’s sites; and
• Provision of call-off engineering services within the MoJ’s local ICT rooms to support the delivery of the LAN Services.
The LAN service is categorised into two broad groups, the ‘Soft LAN Services’ and the ‘Hard LAN Services’:
1. The Soft LAN Services comprise the remote management (including monitoring, configuration, software upgrades etc.) of the LAN infrastructure. They include the provision and management of the fixed LAN services the wireless LAN services and the associated security services.
2. The Hard LAN Services comprise the set of services which require attendance at an MoJ site including the supply, installation, physical configuration and decommissioning of LAN infrastructure and devices and other activities such as conducting surveys, cabling and patching and physical attendance at a MoJ site to maintain or repair the LAN infrastructure and devices.
In addition there are Service Management, Social Value and Security obligations which the Supplier must comply with in the delivery of the LAN Services.
It is the MoJ’s intention, at an appropriate time during the contract, to insource the Soft LAN services. As a result, the contract will be structured to allow for easier transition to such an insourced arrangement. The current expectation is that the insourcing of the Soft LAN services will occur no earlier than the start of the third Contract Year.
The contract for LAN services will be entered into with MoJ. However, the services will be provided for the benefit not only of MoJ but also a range of service recipients (including a range of MoJ executive agencies, arms’ length bodies, government companies and other entities to whom MoJ provides services).
The Contract will contain a list of the initial service recipients who are to benefit from the provision of LAN Services, as well as a list of Potential Service Recipients who may wish to be added to the list of Service Recipients during the term of the Contract.
The Procurement will be listed under "PQQ_321 – Evolve LAN Services - SQ" in the MoJ's eSourcing Platform
The estimated total value range of the Contract is between £70 million and £180 million. However, the estimated total contract value is approximately £150 million.
The actual value of the Contract will depend on a number of influencing factors including:
a) the prices tendered by the successful Tenderer;
b) whether any extension options are applied;
c) the extent to which projects are commissioned;
d) whether the Soft LAN Services are insourced during the lifetime of the Contract; and
e) the volume of devices and the range of Service Recipients to be included in scope for support
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30237110 - Network interfaces
- 30237135 - Network interfaces cards
- 32410000 - Local area network
- 32412000 - Communications network
- 32412100 - Telecommunications network
- 32415000 - Ethernet network
- 32418000 - Radio network
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32422000 - Network components
- 32423000 - Network hubs
- 32424000 - Network infrastructure
- 32427000 - Network system
- 32428000 - Network upgrade
- 48200000 - Networking, Internet and intranet software package
- 48210000 - Networking software package
- 48214000 - Network operating system software package
- 50312300 - Maintenance and repair of data network equipment
- 72315000 - Data network management and support services
- 72315100 - Data network support services
- 72315200 - Data network management services
- 72511000 - Network management software services
- 72710000 - Local area network services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of this Contract Notice is to inform the market of the opportunity for the provision of LAN services to the MoJ.
The MoJ is using the restricted procedure, pursuant to the Public Contracts Regulations 2015 (PCR 2015), Regulation 28. This is a two-stage process consisting of a selection questionnaire (SQ) stage and an invitation to tender (ITT) stage.
The contract notice has been published in conjunction with the commencement of the SQ stage.
Interested suppliers are encouraged to read the ‘Procurement Overview’ document which provides more information about the scope of the LAN Services and the procurement process which the MoJ intends to follow.
The procurement will be conducted via the MoJ’s procurement portal, listed under "PQQ_321 – Evolve LAN Services - SQ" at https://ministryofjusticecommercial.bravosolution.co.uk.
Interested suppliers must be registered on this site and have signed confidentiality agreements to obtain the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £150,000,000
two.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
Up to two optional one-year (12 month) extensions
two.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:
• Objective criteria for choosing the limited number of candidates:
• As set out in the selection qualification pack (SQP) which can be found at the MoJ’s procurement portal.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please access the documents listed under "PQQ_321 - Evolve LAN Services - SQ" at:
• https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 is set out in the Supplier Qualification Pack (SQP) which can be obtained from the MoJ’s procurement portal.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-034877
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 May 2023
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 April 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 11 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This procurement will be managed electronically via the Authority's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
six.4) Procedures for review
six.4.1) Review body
Ministry of Justice
London
Country
United Kingdom