Section one: Contracting entity
one.1) Name and addresses
Associated British Ports
Port House, Northern Gateway
Hull
HU9 5PQ
Contact
Adrian Drewett
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://in-tendhost.co.uk/abp/aspx/Tenders/Current
Buyer's address
https://in-tendhost.co.uk/abp/aspx/Tenders/Current
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/abp/aspx/Tenders/Current
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/abp/aspx/Tenders/Current
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of Information Systems Technology Services
Reference number
ABP-GRP-21/0260
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
Associated British Ports (ABP) intend to put in place a number of term contracts, potentially one only, for the provision of the goods and services described in the document across ABP’s estate, where it is required. For information only, the following identifies the current provisions broken down into the corresponding lots. Lot 1 Current Physical ConnectivityLot 2 Current Network Services Lot 3 Current Physical ComputeLot 4 Current Core ComputeLot 5 Current Telephony
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Supply of Physical Connectivity Services & Equipment
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 32400000 - Networks
- 32412110 - Internet network
- 72710000 - Local area network services
- 32424000 - Network infrastructure
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
ABP requires a connectivity provider to provide connectivity (Physical Data Links) which can be deployed across the business to connect all ABP Locations and the Internet. This lot should include only the physical equipment required to deploy the service. Break-fix type hardware support should also be included. Providers should indicate owned vs supply-chain infrastructure including copper and fibre lines as well as equipment and locations. This lot is broken down into the following sub-lots: A. WAN (Wide Area Network) & Internet connectivityB. Data Centre & Cloud ConnectivityC. LAN (Local Area Network) & WLAN (Wireless Local Area Network) ConnectivityOut-of-scope for Lot 1 are any "design and management" services that extend beyond the required minimum to configure and provision the service. This should not be interpreted as OSI Layer-2 vs Layer-3 as either solution is acceptable. Any design and management should form part of Lot 2, though suppliers are welcome to bid for both lots and illustrate any advantages which are attained by having a common Lot 1 and Lot 2 supplier.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
New contract notice will be offered following completion.
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) Description
two.2.1) Title
Lot 2 - Supply of Network Services
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 48200000 - Networking, Internet and intranet software package
- 72315100 - Data network support services
- 50312300 - Maintenance and repair of data network equipment
- 72720000 - Wide area network services
- 32415000 - Ethernet network
- 32422000 - Network components
- 32420000 - Network equipment
- 32423000 - Network hubs
- 72224200 - System quality assurance planning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
ABP require a Core Network & Network Management Services provider to configure, manage & monitor network services deployed across the business at all ABP Locations and to the Internet. This management service may be provided as a combined (Lot 1 & Lot 2) offering or as an overlay management service working together with Lot 1 supplier(s). The supplier for Lot 2 should be prepared to provide not only the service, but also all required tooling required by the management service including monitoring, configuration management, change / incident management and other IT service management related systems. This lot is also inclusive of any form of "software defined" networking capability which may be deployed on top of or in addition to the physical connectivity in Lot 1. This lot is further broken down into four sub-lots: A. WAN (Wide Area Network) & Internet connectivity (and SD-WAN)B. Data Centre & Cloud Connectivity (and SDN)C. LAN (Local Area Network) & WLAN (Wireless Local Area Network) Connectivity (and SD-LAN)D. Firewall (including Intrusion Detection, Prevention and Virtualised capabilities)Out-of-scope for Lot 2 is the provision of any hardware. This is a software and services only lot. Where specific hardware is required, the supplier may request such from ABP who will source it either through another supplier engaged through this tender process, or from any other than current supplier.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
A new contract notice will be offered on conclusion of the initial contract.
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) Description
two.2.1) Title
Lot 3 - Supply of Physical Compute Services
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 48822000 - Computer servers
- 30214000 - Workstations
- 30213300 - Desktop computer
- 30213200 - Tablet computer
- 30231000 - Computer screens and consoles
- 30213100 - Portable computers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
ABP require a Compute services provider to specify, supply & install physical compute and storage platforms and devices for end user compute. This includes any hardware related "break-fix" support and related warranty services. Datacentre and co-location refers to the physical space, power & cooling where equipment may be installed, not to any service offering (XaaS). This lot is further broken down into five sub-lots:A. Datacentres & Co-locationB. ServersC. End User Compute (Laptops, Desktops, Workstations, Screens Cameras, Audio peripherals, and direct print/scan)D. Storage Area NetworkingE. Backup & ArchiveOut-of-scope for Lot 3 is any configuration or software related services. These are included in Lot 4, though suppliers may wish to bid on both lots and illustrate any advantages of having a single supplier arrangement. Also, out-of-scope is any "cloud" or other XaaS offering. This lot should be restricted to physical goods and related physical support. This does not restrict suppliers in their financial model (lease vs sale).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
A new contract notice will be offered on conclusion of the initial contract.
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) Description
two.2.1) Title
Lot 4 - Supply of Core Compute Services
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 72251000 - Disaster recovery services
- 72224200 - System quality assurance planning services
- 72120000 - Hardware disaster-recovery consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
ABP require a Core Compute services provider to configure, manage, monitor and integrate systems, applications, and infrastructure across the ABP estate. This lot should include the provision of any required software licenses, subscription management and other related purchases to support the wider compute estate. These sub-lots may also have close interactions which should be illustrated, example the provision of virtual datacentre to support DRaaS. Pertaining to sub-lot E this includes provision for Teams voice & video, including integration of physical meeting rooms and conference facilities. This will require the supplier to work closely with the Lot 5 supplier, or to bid on both lots. This lot is further broken down into five sub-lots: A. Private Cloud (including virtual datacentre services)B. Public Cloud (MS Azure)C. Disaster RecoveryD. Backup & ArchiveE. Remote/Virtual Desktop and application streamingF. Email and Collaboration Services (Microsoft Office 365)Out-of-scope for Lot 4 is the provision of any hardware required within the compute estate. Hardware is dealt with in Lot 3. Ownership of the Microsoft accounts / subscriptions for Azure and Office 365 will also be retained by ABP, this lot is purely for the management & monitoring of those accounts. This will be via rights delegated to the service provider. Design services are also to be considered out-of-scope. While a supplier may choose to provide an amount of complementary unbilled design services during the course of the contract, ABP expects to engage specialist suppliers for most design related activities. Part of any new design will involve a hand-over into steady-state operations at which point the supplier of Lot 4 will become responsible.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
A new contract notice will be offered on conclusion of the initial contract.
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) Description
two.2.1) Title
Lot 5 - Supply of Telephony Services
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 32550000 - Telephone equipment
- 32429000 - Telephone network equipment
- 32250000 - Mobile telephones
- 32551000 - Telephone cables and associated equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
ABP require a Telephony services provider to supply, support, configure, & manage physical devices, and support services for fixed and mobile telephony. This includes any break-fix and related warranty support of the devices, as well as the provision of any required software licensing and services. This also includes configuring any required interconnections with Microsoft Teams to support shared presence and cross-platform calling. This lot is further broken down into three sub-lots: A. MobileB. FixedC. Contact CentreOut-of-scope for Lot 5 services are any support of the Office 365 services, or the networks used to deliver Telephony. The supplier should be prepared to clearly document their requirements for networks, Teams and related infrastructure and assist ABP managing their delivery through the suppliers contracted for those lots.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
A new contract notice will be offered on conclusion of the initial contract.
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
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
Negotiated procedure with prior call for competition
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.2.2) Time limit for receipt of tenders or requests to participate
Date
13 December 2021
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 January 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Associated British Ports
25 Bedford Street
London
WC2E 9ES
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Associated British Ports
25 Bedford Street
London
WC2E 9ES
Country
United Kingdom