Section one: Contracting authority
one.1) Name and addresses
University of Bristol
4th Floor, Augustine's Courtyard, Orchard Lane
Bristol
BS1 5DS
Telephone
+44 01179289000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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