Section one: Contracting authority
one.1) Name and addresses
Manchester Metropolitan University
All Saints Building, Oxford Road
Manchester
M15 6BH
Contact
Stacey Anderton
Country
United Kingdom
NUTS code
UKD33 - Manchester
Internet address(es)
Main address
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