Opportunity

SD-WAN Connectivity and Enterprise LAN + WiFi

  • The Abbeyfield Society

F02: Contract notice

Notice reference: 2021/S 000-023052

Published 16 September 2021, 2:15pm



Section one: Contracting authority

one.1) Name and addresses

The Abbeyfield Society

St Peter's House, 2 Bricket Rd

St Albans

AL1 3JW

Contact

Mehran Alborzpour

Email

M.Alborzpour@abbeyfield.com

Telephone

+44 7949775566

Country

United Kingdom

NUTS code

UKJ - South East (England)

National registration number

200719

Internet address(es)

Main address

https://www.abbeyfield.com/

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-St-Albans:-Internet-network./6JP3N6KVRK

Additional information can be obtained from the above-mentioned address

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

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SD-WAN Connectivity and Enterprise LAN + WiFi

two.1.2) Main CPV code

  • 32412110 - Internet network

two.1.3) Type of contract

Supplies

two.1.4) Short description

The supplier will provide a WAN solution that supports Abbeyfield’s digital transformation strategies by delivery of a highly available Wide Area Network with unified security, optimal application user quality of experience and meets its bandwidth requirements for each of its sites. Abbeyfield requires faster provisioning of new offices and more efficient changes to configurations and functions.

In addition, the qualified Network supplier will design, install and manage enterprise LAN switches, any cabling (minimum CAT6a) and WiFi Access Points to ensure seamless connectivity within all Abbeyfield sites.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

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: 2

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

Lots 1 & 2 - SD-WAN Connectivity and Enterprise LAN + WiFi

two.2) Description

two.2.1) Title

SD-WAN Connectivity

Lot No

1

two.2.2) Additional CPV code(s)

  • 72720000 - Wide area network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Abbeyfield are tendering for a qualified telecommunications carrier who can provide high-speed SD-WAN connectivity. Providers are encouraged to be innovative in their proposed solutions as to provide the most cost-effective solution while meeting all technical requirements.

Abbeyfield expect a reduction in the network running costs while at the same time increasing the bandwidth, application performance and availability using multiple inexpensive internet lines. Abbeyfield require the solution to provide SD-WAN, security, link balancing and WAN optimisation. This should reduce the footprint at each location and provide savings to the overall running cost of the enterprise WAN & Edge security.

Services procured under this SD-WAN RFP are an essential enabler for Abbeyfield’s future IT strategy and include the following:

1)Architecture - The solution must provide a Secure Cloud Enabled SD-WAN with underlay circuits.

2)Bandwidth - The Solution must meet the bandwidth requirements (as per the Abbeyfield Site and Circuit List document) for each site.

3)Performance - The Solution must have the ability to prioritise traffic for business applications based on real-time bandwidth and latency measurements.

4)Security - The Solution must provide integrated Next-Generation FireWall (NGFW) and Unified Threat Management (UTM) ability for every location.

5)Remote Access - The Solution must provide Secure Remote Access to the On-Prem and Cloud Resources hosted by Abbeyfield.

6)Scalability and Availability - The solution must be scalable to support a minimum of 100 sites can grow over the next five years.

7)Public IP Range - The solution must meet Abbeyfield’s current and future public IP address requirement

More details and specific requirements are captured in the attached documents for this notice.

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: £700,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

1) Possibility of up to two voluntary one-year extensions

2) A four-year contract with the possibility of up to one voluntary one-year extension

3) A five-year contract

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:

As set out in the documents accompanying the Selection Questionnaire.

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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/PX46X2J79Q

two.2) Description

two.2.1) Title

Enterprise LAN Switches + WiFi

Lot No

2

two.2.2) Additional CPV code(s)

  • 32410000 - Local area network

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Abbeyfield are tendering for a qualified Network Supplier who can design, install and manage LAN switches, cabling and WiFi access points to all the Abbeyfield sites as stated with the requirements listed below. Suppliers are encouraged to be innovative in their proposed solutions as to provide the most cost-effective solution while meeting all technical requirements and Abbeyfield expect all the equipment to be procured, owned, managed and maintained by the candidate supplier throughout the duration of the contract.

The following are conditions which the supplier must provide for

1) Local Area Network Switches

2) Cabling & Access Point Installation

3) Wireless Access Point (WAP) specific requirements

4) WAP and Network Management

5) LAN and WAP Policy Management

6) LAN and WAP System Requirements

7) AP Requirements

8) AP Placement and Installation

More details and specific requirements are captured in the attached documents for this notice.

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

36

This contract is subject to renewal

Yes

Description of renewals

1) Possibility of up to two voluntary one-year extensions

2) A four-year contract with the possibility of up to one voluntary one-year extension

3) A five-year contract

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:

As set out in the documents accompanying the Selection Questionnaire.

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

two.2.14) Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/5EVMNZDU3N


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

The suitability criteria are set out in a selection questionnaire ("SQ") instructions and scoring document which can be obtained from the address in I.1.

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

Details of the conditions are set out in the procurement documents. These will include conditions relating to service levels and service credits and/or right to terminate for less than minimum acceptable performance levels.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

Date

18 October 2021

Local time

5:00pm

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

9 November 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: 4 (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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority is subject the Environmental Information Regulations 2004. All information to which the Environmental Information Regulations apply will be dealt with in accordance with those Regulations.

The right is reserved not to proceed or not to award a contract for the whole or any part of proposed procurement. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-St-Albans:-Internet-network./6JP3N6KVRK

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/6JP3N6KVRK

GO Reference: GO-2021916-PRO-18916930

six.4) Procedures for review

six.4.1) Review body

See VI.4.3 below

See VI.4.3 below

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective".