Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
Contact
Mandy Stephens
Telephone
+44 2380595000
Country
United Kingdom
Region code
UKJ32 - Southampton
UK Register of Learning Providers (UKPRN number)
10007158
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofsouthampton
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
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
Telephone & Data Transmission Services ("Moves, Adds and Changes")
Reference number
2023UoS-1102
two.1.2) Main CPV code
- 51000000 - Installation services (except software)
two.1.3) Type of contract
Services
two.1.4) Short description
The University requires the provision of Moves, Adds and Changes ("Services") related to its telephone and data installations network.
This can include services which are labour only, provision of goods or a combination of both.
two.1.5) Estimated total value
Value excluding VAT: £2,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32400000 - Networks
- 45314300 - Installation of cable infrastructure
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 50334110 - Telephone network maintenance services
- 51300000 - Installation services of communications equipment
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
The University requires the provision of Moves, Adds and Changes ("Services") related to its telephone and data installations network. This can include services which are labour only, provision of goods or a combination of both, details of which can be found below.
The scope of the Services includes, but is not limited to:
-Installation of data outlets;
-Patching of data outlets;
-Relocation of a data outlets;
-Testing and terminating ready wired circuit;
-Fault investigation of data outlets;
-Supply and installation of new, patch panel for rack;
-Installation of main or single containment routes, from the office to the data rack;
-Re-jumper an existing analogue telephone service;
-Re-patch an existing analogue telephone service;
-Fault investigation of telephone line plants;
-Installation of emergency voice communication (EVC) help points;
-Replacement of faulty network switches;
-Installation of new network switches;
-Supply and installation of cabinets;
-Additions to or new provision to the University's blown fibre infrastructure. To include installation, termination and testing;
-Repairs to the blown fibre infrastructure;
-Wi-Fi Design(s);
-Wi-Fi Installation(s);
-Wireless Access point replacement;
-Updating of Caplum, the Network Infrastructure; Management Tool;
-To be duty holder as Principal contractor and Principal Designer in respect of moves adds and changes in line with Construction Design Management regulation 2015.
Occasional Further Requirement
Throughout the life of the Contract, there may be further but occasional requirements, as listed below:
-Supplying of Goods, to enable the Service Provider to be able to perform their obligations in performing the Services. This will be required only where the University does not have sufficient or has incorrect stocks of Goods to pass to the Service Provider to enable them to perform their duties of the Contract.
-Requirement for further Services such as project management and or design/planning.
It is expected that the above Services maybe required from time to time during the life of the Contract, these occasional further requirements are not the majority of the Services that are required for this Procurement.
Procurement Process: This procurement process is being conducted as an Open Procedure.
The University proposes to enter into a Contract for 6 (six) years - this will be the maximum contract period, including any potential extensions with the successful Tenderer.
This will comprise of an initial contract period of 3 (three) years with an option to extend by a further of 3 (three) years subject to satisfactory performance and at the discretion of the University.
Contract Value: The estimated value for the initial three-year contract term is in the region of £840,000.00 - £1,350,000 GBP (excluding VAT).
The estimated value of the three-year extension period is £840,000.00 - £1,350,000 GBP (excluding VAT).
It is estimated, therefore, that the total value of this contract will be between £1,680,000.00 and £2,700,000 GBP (excluding VAT).
TUPE:
The University envisages that TUPE may apply to this procurement. Further details can be found in the Invitation to Tender document set
two.2.5) Award criteria
Quality criterion - Name: Mandatory technical requirements detailed in the Invitation to Tender document set / Weighting: Pass/Fail
Quality criterion - Name: Mobilisation of the Contract / Weighting: 5%
Quality criterion - Name: Resourcing / Weighting: 10%
Quality criterion - Name: Staff Training / Weighting: 5%
Quality criterion - Name: Fibre Optic Cabling / Weighting: 8%
Quality criterion - Name: Monthly Invoice / Reporting / Weighting: 5%
Quality criterion - Name: Responsible Procurement / Weighting: 5%
Quality criterion - Name: Desirable accreditations / Weighting: 12%
Quality criterion - Name: Health and Safety / Weighting: 5%
Quality criterion - Name: Scenario Demonstrations - Wireless RF Heat Map Survey / Weighting: 15%
Cost criterion - Name: Data moves, adds and changes / Weighting: 18%
Cost criterion - Name: Installation of containment / Weighting: 1.5%
Cost criterion - Name: Blown fibre optic cable installations / Weighting: 1.5%
Cost criterion - Name: Schedule of Rates / Weighting: 3%
Cost criterion - Name: Miscellaneous / Weighting: 1.5%
Cost criterion - Name: % overhead for acting as Principle Contractor and PD role for this contract / Weighting: 1.5%
Cost criterion - Name: % Mark up / Weighting: 3%
Cost criterion - Name: Optional additional costs / Weighting: Information only
two.2.6) Estimated value
Value excluding VAT: £2,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
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. 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. Splitting this contract into Lots would make this contract unnecessarily complicated to manage.
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
Commscope Accreditation
three.1.2) Economic and financial standing
List and brief description of selection criteria
To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers and every organisation that is being relied on to meet this procurement, using an independent company called 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. This method is detailed within the Invitation to Tender document set.
Minimum level(s) of standards possibly required:
Tenderers 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: £5 million GBP per occurrence.
three.1.3) Technical and professional ability
List and brief description of selection criteria
- Grounds for mandatory exclusion
- Grounds for discretionary exclusion
- Economic & Financial Standing
- Insurance
- Compliance with equality legislation
- Health & Safety
- Control of Contractors Health & Safety (CC3) Form
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
7 May 2024
Local time
12:00pm
Changed to:
Date
14 May 2024
Local time
12:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 May 2024
Local time
12:01pm
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 payment will be used
six.3) Additional information
E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/ universityofsouthampton) 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, 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
Southampton
Country
United Kingdom