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
Telephone
+44 7949775566
Country
United Kingdom
NUTS code
UKJ - South East (England)
National registration number
200719
Internet address(es)
Main address
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".