Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD
Southampton
SO17 1BJ
Telephone
+44 2380595000
Country
United Kingdom
Region code
UKJ32 - Southampton
UK Register of Learning Providers (UKPRN number)
10007158
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Design and Build Services for a modern and secure LAN, WLAN infrastructure for the Campus, Halls of Residence and Data Centre using a capital funded refresh approach
Reference number
2022UoS-0576
two.1.2) Main CPV code
- 32400000 - Networks
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University of Southampton has a vision to be a top 10 UK university and digital services are considered to be an enabler in assisting the University to achieve this goal. A high capacity, high availability network that is secure and is architected in a way that delivers optimal data services to researchers, students and administrator is critical.
For students residing in the University's Halls of residence, the quality of the in-room network services is an essential component of their day-to-day experience at the University of Southampton.
The Network Transformation Programme will disrupt the cycle of infrequent capital-intensive network replacements driven by failing and end-of-life infrastructure, and establish a forward-looking, agile, and responsive business-aligned network environment which can be adapted and sustained to support changing business needs through both the short- and long-term planning horizons.
The Project will replace all end-of-life wired and wireless network infrastructure, at the various layers - core, distribution, access. The scope will include all permanently connected campuses and smaller sites in the local region (includes academic campuses, sport facilities, data centres and halls of residence), focusing on internal and external spaces. The project will engage strongly with the 10-year building programme.
There is however more to this programme than simply replacing hardware. The scope will include the ongoing development of features and capabilities required to deliver the listed objectives, along with other user-orientated or device-orientated journeys required from a modern 'smart' campus network.
two.1.5) Estimated total value
Value excluding VAT: £51,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32410000 - Local area network
- 32420000 - Network equipment
- 32430000 - Wide area network
- 48200000 - Networking, Internet and intranet software package
- 48821000 - Network servers
- 72212200 - Networking, Internet and intranet software development services
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
Main site or place of performance
Southampton, Hampshire, UK
two.2.4) Description of the procurement
The Network Transformation Programme has commenced by commissioning PTS Consulting to develop and present a number of key documents that have enabled the iSolutions team to develop and obtain approval for a Business Case for the new network infrastructure.
The NTP has also allowed the University to consolidate data network projects addressing the active network equipment, data network security and network physical infrastructure into a single programme for this procurement.
The Project will replace all end-of-life wired and wireless network infrastructure, at the various layers - core, distribution, access. The scope will include all permanently connected campuses and smaller sites in the local region (includes academic campuses, sport facilities, data centres and halls of residence), focusing on internal and external spaces. The project will engage strongly with the 10-year building programme.
There is however more to this programme than simply replacing hardware. The scope will include the ongoing development of features and capabilities required to deliver the listed objectives, along with other user-orientated or device-orientated journeys required from a modern 'smart' campus network.
The convenience and flexibility of wireless networking has resonated strongly with our user community. Wireless standards and technologies continue to develop such that network speeds equivalent to and sometimes in excess of wired network access are now achievable. This Project provides a strategic requirement to adopt a predominantly wireless campus approach, thus reducing investment and maintenance of wired infrastructure.
The rollout of network switches is a large-scale and potentially long duration project that needs to be completed outside of business hours. As such the Project requires that switches are procured in line with the deployment to maximise equipment lifetime.
The network already supports an increasing number of smart building management systems that contribute to creating a safe, comfortable, and efficient workplace. The network will underpin the transition to an intelligent campus, drawing information from a growing variety of IoT (Internet of Things) sensor devices.
Procurement Process:
This procurement process is being conducted using the Competitive Dialogue procedure; consisting of the selection stage, dialogues and Invitation to Tender stages.
Selection Stage: An overall pass mark of 60 % shall apply to this stage. The intention is to arrive at a shortlist of a maximum of five qualified potential suppliers for formal invitation to participate in dialogue.
Contract Period:
The University proposes to enter into a Contract for seven years - this will be the maximum contract period, including any potential extensions with the successful tenderer(s).
This will comprise of an initial contract period of five years with an option to extend by a further two years subject to satisfactory performance and at the discretion of the University.
Contract Value:
The University's anticipates that the value of the Contract Opportunity subject to this procurement, is between £31 million and £51 million excluding VAT. All figures stated cover the full contract term, to support the University if it takes the options to extend past the initial term and is provided as a range, the final figure is dependent on the final specification and the level/type/number of services included within that.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Cost criterion - Name: Cost / Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £51,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Full details are provided in the selection stage document set.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Lots: This contract is NOT suitable for splitting into lots. A holistic design and compatible technology is required and the risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The selection criteria is as stated in the Selection Stage document set.
To support the financial assessment, the University will obtain a business risk report for all tenderers and every organisation that is being relied upon to meet this procurement using an independent company - CreditSafe.
The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: "Moderate Risk"; "High Risk"; "Very High Risk"; or "Not Rated", based on the rating provided by CreditSafe
Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used.
Minimum level(s) of standards possibly required
Potential suppliers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels:
Employers (Compulsory) Liability: £10 million GBP per occurrence.
Public Liability: £10 million GBP per occurrence.
Product Liability: £10 million GBP per occurrence and in aggregate
Professional Indemnity insurance £ 2 million (per occurrence) for any one claim or series of claims arising out of one cause (where data risks are covered by a separate policy - see below) or £ 5 million (per occurrence) for any one claim or series of claims arising out of one cause (where data risks are included in the PI policy)
Cyber liability insurance with a limit of indemnity of not less than £ 2 million (per occurrence) for any one claim or series of claims arising out of one cause (for a standalone policy covering data risks - not required if a £5m PI policy including data risk is held)
three.1.3) Technical and professional ability
List and brief description of selection criteria
The selection criteria is as stated in the Selection Stage document set.
However, potential suppliers' attention is drawn to the MANDATORY requirements of the selection criteria: e.g.
- Grounds for mandatory exclusion
- Grounds for discretionary exclusion
- Economic & Financial standing
- Insurance
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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.2.2) Time limit for receipt of tenders or requests to participate
Date
19 April 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2 May 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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://in-tendhost.co.uk/universityofsouthampton/aspx/Home) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate).
All documentation in relation to this tender can be downloaded from In-Tend.
Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend.
Regular monitoring of the portal is the responsibility of the potential supplier/tenderer.
If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation.
Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'.
Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend.
Further instructions for the submission of responses are below:
To submit your return:
1. Log in
2. Click 'Tenders'
3. Locate the relevant project
4. View details
5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender')
6. Click on the 'Attach Documents' button and upload your return.
7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.
8. Click the red 'Submit Return' button.
Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend.
Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.
Costs and Expenses: Potential suppliers/tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process.
The University is not liable for any costs in the event of the cancellation of this procurement process.
six.4) Procedures for review
six.4.1) Review body
University of Southampton
BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD
Southampton
SO17 1BJ
Telephone
+44 02380595000
Country
United Kingdom