Section one: Contracting authority
one.1) Name and addresses
Edinburgh Napier University
Sighthill Campus, 9 Sighthill Court
EDINBURGH
EH11 4BN
Contact
Wendy Clarke
Telephone
+44 1314556414
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
National registration number
SC018373
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00340
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
Managed Internet Connectivity Services for Student Accommodation Sites.
Reference number
500PF-ENU-2425-025-PRF991
two.1.2) Main CPV code
- 72410000 - Provider services
two.1.3) Type of contract
Services
two.1.4) Short description
Installation of and ongoing provision of Managed Internet Connectivity Services for Student Accommodation Sites including 6 Bainfield Drive (postcode EH11 1AR), 24B Orwell Terrace (postcode EH11 2DY), and 1 Slateford Road (postcode EH11 1FE).
two.1.5) Estimated total value
Value excluding VAT: £320,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72411000 - Internet service providers ISP
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh Napier University student accommodation sites including 6 Bainfield Drive (postcode EH11 1AR), 24B Orwell Terrace (postcode EH11 2DY), and 1 Slateford Road (postcode EH11 1FE).
two.2.4) Description of the procurement
The requirement of this contract is to provide fast, reliable, robust internet services and related added value services; this will include both Wi-Fi and wired connections. It is imperative that this be maintained to service the student accommodation sites at all times – for the avoidance of doubt, this service must cover all areas of the sites and must be seamless with coverage being provided 24/7, 365 days a year.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery - Methodology / Weighting: 15%
Quality criterion - Name: Service Delivery - Quality Assurance of Delivery / Weighting: 10%
Quality criterion - Name: Service Delivery - Business Continuity / Weighting: 5%
Quality criterion - Name: Service Delivery - Health and Safety / Weighting: 2%
Quality criterion - Name: Key Personnel - Resources / Weighting: 2%
Quality criterion - Name: Operation and Management of the Contract - Account management resource / Weighting: 2%
Quality criterion - Name: Responsible Procurement - Fair work practices and environmental impact / Weighting: 2%
Quality criterion - Name: Phase Out and Exit Strategy / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £320,000
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
The University reserves the right to extend the Contract for a further two X twelve month periods subject to satisfactory performance and continuing University requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The University reserves the right to extend the Contract for a further two X twelve month periods beyond the 36 month Initial Period, subject to satisfactory performance and continuing University requirements.
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
List and brief description of selection criteria
Bidders must have a minimum yearly turnover in the area covered by the contract of not less than twice the anticipated total contract value.
Bidders must have an appropriate level of professional risk indemnity insurances.
Minimum level(s) of standards possibly required
Bidders must have a minimum yearly turnover in the area covered by the contract of not less than twice the anticipated total contract value of GBP 320000.
Bidders must have the following levels of insurance cover, or commit to having the required insurances and levels at commencement of the Contract, which must be maintained throughout the life of the Contract:
1. Employers Liability – minimum GBP 5,000,000
2. Professional Liability – minimum GBP 1,000,000
3. Product and Public Liability – minimum GBP 1,000,000
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 000-024843
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 December 2024
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 December 2024
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Site visits and Tenderers' Conference will be held. Details to be confirmed in ITT.
The tender remains open for consideration for 90 days from the date fixed for receiving tenders.
Irrespective of the overall aggregate Technical and Commercial score achieved, any bid which, after consensus evaluation scoring is completed, fails to attain a minimum Technical score of 20% (i.e. 50% of the available Technical marks) will not receive further consideration, and the bidder will be eliminated from the competition.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27792. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Bidders will be asked to demonstrate their organisation's approach to delivering community benefits or achieving social value through this Contract, for example by providing training opportunities, apprenticeships, subcontractor opportunities or other investment in the local community.
(SC Ref:780875)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
EDINBURGH
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
EDINBURGH
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom