Contract

Structured Network Cabling Framework Agreement

  • Cardiff University

F03: Contract award notice

Notice identifier: 2022/S 000-028979

Procurement identifier (OCID): ocds-h6vhtk-0375c5

Published 14 October 2022, 11:54am



Section one: Contracting authority

one.1) Name and addresses

Cardiff University

Procurement Services, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

Email

Paynterjk@cardiff.ac.uk

Telephone

+44 2920879648

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Structured Network Cabling Framework Agreement

Reference number

CU.999.JP

two.1.2) Main CPV code

  • 32421000 - Network cabling

two.1.3) Type of contract

Supplies

two.1.4) Short description

The aim of the procurement process is to establish a framework agreement with one appointed supplier for the provision of copper and fibre optic network Infrastructure cabling, and associated hardware and civils works.

The requirement is for bidders to provide and install network cabling (copper and fibre), any associated civils works, associated passive equipment, the deployment of active network equipment, and is also for the supply of equipment as defined by Cardiff University’s Network Cabling Standards

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: £750,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 32421000 - Network cabling

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Cardiff University

two.2.4) Description of the procurement

The aim of the procurement process is to establish a framework agreement with one appointed supplier for the provision of copper and fibre optic network Infrastructure cabling, and associated hardware and civils works.

The requirement is for bidders to provide and install network cabling (copper and fibre), any associated civils works, associated passive equipment, the deployment of active network equipment, and is also for the supply of equipment as defined by Cardiff University’s Network Cabling Standards

The supply of cabling & equipment for the installation and associated surveys to support the expansion and day to day operation of the Data Network Infrastructure.

The installation and patching of active equipment such as network switches / wireless access points / VoIP handsets

The physical patching of horizontal and backbone cabling into active network equipment and installing interconnect links between passive and active network cabinets as requested.

The supply of cabling & equipment for the installation, civil works and associated configuration to support the expansion and day to day operation of the Backbone Network Infrastructure.

Project Management and services required to deploy and support the deployment/expansion of Fibre Optic cabling across the University’s Campus including fibre provisioning.

Fibre installation can be single mode or multimode fibre and includes inter building deployment and intra building deployment across the University estate. Both traditional and Blown Fibre solutions installations would be required depending on project requirements.

Civil works necessary to support inter building fibre deployments – including the negotiation and provision of any necessary civil works permits/street works licenses

Account management for the duration of the project.

Suppliers must provide documentation updates. These include test results, work logs, project reports, and onsite update of the AutoCAD documentation held by the University.

Supply and installation of network cabinets, frames, or racks.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Cost / Weighting: 40%

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2022/S 022-122421


Section five. Award of contract

Contract No

CU.999.JP

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 October 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

IKM Network Communications Ltd

Intec House, St. Nicholas Close

Fleet

GU514JA

Telephone

+44 1252365700

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £750,000


Section six. Complementary information

six.3) Additional information

The procurement documents will be available via In-tend until 12 Noon, 25th July 2022 then access will be closed.

Site visits are a mandatory requirement and will take place W/C 1st Aug 2022, Full details are contained

in the ITT documents.

All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.

The University reserves the right to award the contract in whole or in part.

The University reserves the right to annul the tendering process and not award any contract.

All documents to be priced in GBP and all payments made in GBP.

All documents to be priced in GBP excluding VAT

(WA Ref:125629)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom