Tender

Wireless Management Services for the University Wireless Network

  • Manchester Metropolitan University

F02: Contract notice

Notice identifier: 2023/S 000-016526

Procurement identifier (OCID): ocds-h6vhtk-03d554

Published 12 June 2023, 10:29am



The closing date and time has been changed to:

24 July 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Manchester Metropolitan University

All Saints Building, Oxford Road

Manchester

M15 6BH

Contact

Stacey Anderton

Email

procurement@mmu.ac.uk

Country

United Kingdom

NUTS code

UKD33 - Manchester

Internet address(es)

Main address

https://www.mmu.ac.uk/

Buyer's address

https://in-tendhost.co.uk/mmu/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/mmu/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/mmu/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

Wireless Management Services for the University Wireless Network

Reference number

MMU1291

two.1.2) Main CPV code

  • 72400000 - Internet services

two.1.3) Type of contract

Services

two.1.4) Short description

The University is looking to identify a partner to wholly manage the production WLAN within the University campus, this is to include break fix and maintenance of the WLAN infrastructure, applications, and hardware. The primary aim is to restore normal service operation as quickly as possible to minimise the adverse impact on business operations, ensuring that the best possible levels of service quality and availability are maintained. The University’s expectation is the that the successful bidder will provide a service which allows limited involvement from the University in regard to break fix. The successful bidder will need to maintain all agreed core wireless network infrastructure and services including (but not limited too):1) Cisco networking switches2) Cisco wireless access points3) Cisco DNA appliances4) Cisco wireless LAN controllers5) Cisco ISE controllers

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72400000 - Internet services
  • 72411000 - Internet service providers ISP

two.2.3) Place of performance

NUTS codes
  • UKD33 - Manchester

two.2.4) Description of the procurement

The University is looking to identify a partner to wholly manage the production WLAN within the University campus, this is to include break fix and maintenance of the WLAN infrastructure, applications, and hardware. The primary aim is to restore normal service operation as quickly as possible to minimise the adverse impact on business operations, ensuring that the best possible levels of service quality and availability are maintained. The University’s expectation is the that the successful bidder will provide a service which allows limited involvement from the University in regard to break fix. The successful bidder will need to maintain all agreed core wireless network infrastructure and services including (but not limited too):1) Cisco networking switches2) Cisco wireless access points3) Cisco DNA appliances4) Cisco wireless LAN controllers5) Cisco ISE controllers

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: £800,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 4

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


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

Please see procurement documents

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

Please see procurement documents


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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

12 July 2023

Local time

12:00pm

Changed to:

Date

24 July 2023

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 July 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: 48 (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.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales, Technology and Construction Court

7 Rolls Buildings, Fetter Lane

London

EC4A 1NL

Country

United Kingdom