Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
Contact
Mandy Stephens
Telephone
+44 2380595000
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
UK Register of Learning Providers (UKPRN number)
10007158
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
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
Telephone & Data Transmission Services ("Moves, Adds and Changes")
Reference number
2023UoS-1102
two.1.2) Main CPV code
- 51000000 - Installation services (except software)
two.1.3) Type of contract
Services
two.1.4) Short description
The University requires the provision of Moves, Adds and Changes ("Services") related to its telephone and data installations network.
This can include services which are labour only, provision of goods or a combination of both.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,700,000
two.2) Description
two.2.2) Additional CPV code(s)
- 32400000 - Networks
- 45314300 - Installation of cable infrastructure
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 50334110 - Telephone network maintenance services
- 51300000 - Installation services of communications equipment
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
The University requires the provision of Moves, Adds and Changes ("Services") related to its telephone and data installations network.
This can include services which are labour only, provision of goods or a combination of both, details of which can be found below.
The scope of the Services includes, but is not limited to:
- Installation of data outlets;
- Patching of data outlets;
- Relocation of a data outlets;
- Testing and terminating ready wired circuit;
- Fault investigation of data outlets;
- Supply and installation of new, patch panel for rack;
- Installation of main or single containment routes, from the office to the data rack;
- Re-jumper an existing analogue telephone service;
- Re-patch an existing analogue telephone service;
- Fault investigation of telephone line plants;
- Installation of emergency voice communication (EVC) help points;
- Replacement of faulty network switches;
- Installation of new network switches;
- Supply and installation of cabinets;
- Additions to or new provision to the University's blown fibre infrastructure. To include installation, termination and testing;
- Repairs to the blown fibre infrastructure;
- Wi-Fi Design(s);
- Wi-Fi Installation(s);
- Wireless Access point replacement;
- Updating of Caplum, the Network Infrastructure Management Tool;
- To be duty holder as Principal Contractor and Principal Designer in respect of moves adds and changes in line with Construction Design Management regulation 2015.
Throughout the life of the Contract, there may be further but occasional requirements, as listed below:
- Supplying of Goods, to enable the Service Provider to be able to perform their obligations in performing the Services. This will be required only where the University does not have sufficient or has incorrect stocks of Goods to pass to the Service Provider to enable them to perform their duties of the Contract.
- Requirement for further Services such as project management and or design/planning.
It is expected that the above Services maybe required from time to time during the life of the Contract, these occasional further requirements are not the majority of the Services that are required for this Procurement.
Procurement Process: Open Procedure.
The University proposes to enter into a Contract for 6 (six) years - this will be the maximum contract period including any potential extensions with the successful Tenderer.
This will comprise of an initial contract period of 3 (three) years with an option to extend by a further 3 (three) years subject to satisfactory performance and at the discretion of the University.
Contract Value: The estimated value of the initial 3-year contract term is in the region of £840,000.00 - £1,350,000 GBP (excluding VAT).
The estimated value of the 3-year extension period is £840,000.00 - £1,350,000 GBP (excluding VAT).
It is estimated, therefore, that the total value of this contract will be between £840,000.00 and £2,700,000 GBP (excluding VAT).
TUPE:
The University envisages that TUPE may apply to this procurement.
two.2.5) Award criteria
Quality criterion - Name: Mandatory technical requirements as detailed in the Invitation to Tender document set / Weighting: Pass/Fail
Quality criterion - Name: Mobilisation of the Contract / Weighting: 5%
Quality criterion - Name: Resourcing / Weighting: 10%
Quality criterion - Name: Staff Training / Weighting: 5%
Quality criterion - Name: Fibre Optic Cabling / Weighting: 8%
Quality criterion - Name: Monthly invoice/Reporting / Weighting: 5%
Quality criterion - Name: Responsible Procurement / Weighting: 5%
Quality criterion - Name: Desirable accreditations / Weighting: 12%
Quality criterion - Name: Health and Safety / Weighting: 5%
Quality criterion - Name: Scenario Demonstrations - Wireless RF Heat Map Survey / Weighting: 15%
Cost criterion - Name: Data moves, adds and changes / Weighting: 18%
Cost criterion - Name: Installation of containment / Weighting: 1.5%
Cost criterion - Name: Blown fibre optic cable installations / Weighting: 1.5
Cost criterion - Name: Schedule of rates / Weighting: 3%
Cost criterion - Name: Miscellaneous / Weighting: 1.5%
two.2.11) Information about options
Options: No
two.2.14) Additional information
Lots: This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract. Splitting this contract into Lots would make this contract unnecessarily complicated to manage.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-011152
Section five. Award of contract
Contract No
2023UoS-1102
Title
Telephone & Data Transmission Services ("Moves, Adds and Changes")
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 July 2024
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Sceptre Networking Limited
Somerton
Country
United Kingdom
NUTS code
- UKK2 - Dorset and Somerset
Companies House
3265708
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,700,000
Total value of the contract/lot: £2,700,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
University of Southampton
Southampton
Country
United Kingdom