Opportunity

The Modern Network

  • University of Bristol

F02: Contract notice

Notice reference: 2021/S 000-021696

Published 1 September 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

University of Bristol

4th Floor, Augustine's Courtyard, Orchard Lane

Bristol

BS1 5DS

Email

stephen.davies@bristol.ac.uk

Telephone

+44 01179289000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.bristol.ac.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://tenders.bris.ac.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://tenders.bris.ac.uk

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 Modern Network

Reference number

PC_1585

two.1.2) Main CPV code

  • 72315000 - Data network management and support services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement is for the design, build and operation of digital connectivity services to deliver the Modern Network. The Modern Network is part of the University of Bristol's "Digital Strategy", which sets out its vision and roadmap for future development of the University and its campus facilities. The Modern Network will be a high performance network with a world-class service management capability. This is a huge and exciting opportunity to create a prestigious, advanced digital platform that will power the global success of the University.

The procurement is separated into three lots: Connectivity (design, deploy and operate services which comprise the physical connectivity of the Modern Network, including inter-building connections and intra-building connections); Network (design, deploy and operate services which comprise the physical components, software and logic elements needed to create and operate the network and the end-to-end services) and Service Management (design, deploy and operate service management capabilities required to achieve and maintain a world class service management capability).

two.1.5) Estimated total value

Value excluding VAT: £48,400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The 3 Lots are as follows:

1) Connectivity;

2) Network;

3) Service Management;

two.2) Description

two.2.1) Title

Connectivity

Lot No

1

two.2.2) Additional CPV code(s)

  • 32410000 - Local area network
  • 32421000 - Network cabling
  • 32424000 - Network infrastructure
  • 32430000 - Wide area network

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of
Main site or place of performance

Bristol, UK

two.2.4) Description of the procurement

Provision of design, deploy and operate services for this Lot which comprises the physical connectivity of the modern network. It includes inter-building connections and intra-building connections (that may traverse public or private land) and related components, such as:

As directed, new ducts and new fibre connections;

Metallic path connections, metallic and optical patch panels and related cabinets;

Metallic and optical inter-building, inter-comms room, inter-switch or inter-cabinet cables;

Metallic and optical paths (i.e. wiring/cabling/fibres) and their outlets between end users/devices and patch panels;

Service Management activities (relevant to this Lot).

Bidders should note that as part of this Lot there is an option to use existing duct and fibre infrastructure and an operational service that is jointly shared between the University and Bristol City Council. Bidders will be encouraged to use the existing duct and fibre infrastructure (where such use is deemed appropriate) in line with the University's focus on environmental and social responsibility.

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: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

After the initial term, annual renewals may be offered up to a maximum total term of 10 years.

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

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

We envisage a minimum of 3 bidders per lot in order to generate sufficient competition based on evaluation from the Selection Questionnaire.

two.2.10) Information about variants

Variants will be accepted: Yes

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) Description

two.2.1) Title

Network

Lot No

2

two.2.2) Additional CPV code(s)

  • 32418000 - Radio network
  • 32424000 - Network infrastructure
  • 32427000 - Network system
  • 32428000 - Network upgrade

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of
Main site or place of performance

Bristol, UK

two.2.4) Description of the procurement

Provision of design, deploy and operate services for this Lot which comprises the physical components, software and logic elements needed to create and operate the network and the end-to-end services that will run on the services provided by Lot 1, such as:

Controllers, routers, switches or forwarding devices;

Critical components such as DHCP, DNS and NTP needed for the network to function;

Logical configuration and operation of the network;

Security capabilities such as network control points like firewalls, IDS and IPS and integration with University existing capabilities such as the Security Operations Centre;

Performance optimisation capabilities, including capabilities such as dynamic interaction with applications or real time events;

LAN and Wireless Services;

Remote Access Services;

Integration with the University’s IDAM solution;

Leased circuits or broadband Internet connections (but not services used primarily for telephony);

Orchestration and automation capabilities;

Service Management activities (relevant to this Lot).

Bidders should note that as part of this Lot there is an option to use existing duct and fibre infrastructure and an operational service that is jointly shared between the University and Bristol City Council. Bidders will be encouraged to use the existing duct and fibre infrastructure (where such use is deemed appropriate) in line with the University's focus on environmental and social responsibility.

Bidders should be aware that, whilst connectivity to the University WAN is in scope of this Lot, the WAN itself is out of scope.

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: £30,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

After the initial term, annual renewals may be offered up to a maximum total term of 10 years

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

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

We envisage a minimum of 3 bidders per lot in order to generate sufficient competition based on evaluation from the Selection Questionnaire.

two.2.10) Information about variants

Variants will be accepted: Yes

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) Description

two.2.1) Title

Service Management

Lot No

3

two.2.2) Additional CPV code(s)

  • 72315000 - Data network management and support services
  • 72511000 - Network management software services

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of
Main site or place of performance

Bristol, UK

two.2.4) Description of the procurement

The provision of design, deploy and operate service management capabilities required to achieve and maintain a world class service management capability, such as:

A comprehensive and robust service management capability based around common industry frameworks;

A co-sourced model where the University operates as both a supplier and customer, for example via the provision of the duct and fibre service in Lot 1 and Lot 2;

Integration and oversight of service management capabilities from all Lots;

Integration with the related University capabilities, such as a service catalogue and self-service capability;

Identifying and agreeing suitable overall Service Level Targets and Service Level Agreements with the University;

A single view of the Modern Network;

A continuous improvement capability;

Automation and orchestration capabilities; 

Development and execution of a service management transformation plan.

Bidders should note that all University end user service management interactions are anticipated to be via the University ITSM capability. For example, the University expects self-service interactions between end users and its service management portal to utilise a service catalogue with Modern Network entries that are integrated from a Lot 3 capability.

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: £10,300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

After the initial term, annual renewals may be offered up to a maximum total term of 10 years.

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

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

We envisage a minimum of 3 bidders per lot in order to generate sufficient competition based on evaluation from the Selection Questionnaire

two.2.10) Information about variants

Variants will be accepted: Yes

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.1.2) 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


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 202-492080

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

Date

1 October 2021

Local time

5:00pm

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

22 October 2021

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: 12 (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 payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom