Section one: Contracting authority
one.1) Name and addresses
UNITED KINGDON RESEARCH AND INNOVATION
Polaris House,North Star Avenue
SWINDON
SN21FF
Contact
Alan Bird
Telephone
+44 1793867000
Country
United Kingdom
Region code
UK - United Kingdom
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://beisgroup.ukp.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://beisgroup.ukp.app.jaggaer.com/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Scientific research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DDaT23365 Overall Redesign and Implementation of Our Network (ORION) Integrator
Reference number
DDaT23365
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
The Science and Technology Facilities Council (STFC) (UK Research and Innovation) is starting a project for a fresh design from the ground up, for all STFC sites across the Digital Infrastructure managed network architecture, cabling, switching, routing, and security. The redesigned architecture should take into account the needs of the next 5-10 years and be flexible enough to grow for years beyond that.
STFC wish to work with a partner to:
• Define a 15+ year network architecture for STFC based on cutting edge network concepts which will last well beyond a single hardware refresh cycle.
• Create both high-level and low-level designs for the migration of the STFC networks into the new architecture. The high-level tasks will be:
o STFC and partner to complete HLD.
o Partner to introduce vendors to STFC, who will visit STFC to propose how their technologies would address the HLD.
o STFC to sign off the HLD solution.
o Partner designs the low-level design for the solution.
o STFC goes out to market to purchase the solution products on a framework. Procurement of hardware is out of scope of this tender.
• Run a proof of concept (POC).
• Identify the hardware required to deliver the network to STFC.
• Take a lead in rolling out the approved logical and physical design.
• Work with STFC during the first hardware lifecycle to support the new network infrastructure.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72300000 - Data services
- 72600000 - Computer support and consultancy services
- 72700000 - Computer network services
- 72800000 - Computer audit and testing services
- 72900000 - Computer back-up and catalogue conversion services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Rutherford Appleton Laboratory, Harwell Campus, Didcot.
two.2.4) Description of the procurement
The Science and Technology Facilities Council (STFC) (UK Research and Innovation) is starting a project for a fresh design from the ground up, for all STFC sites across the Digital Infrastructure managed network architecture, cabling, switching, routing, and security. The redesigned architecture should take into account the needs of the next 5-10 years and be flexible enough to grow for years beyond that.
STFC wish to work with a partner to:
• Define a 15+ year network architecture for STFC based on cutting edge network concepts which will last well beyond a single hardware refresh cycle.
• Create both high-level and low-level designs for the migration of the STFC networks into the new architecture. The high-level tasks will be:
o STFC and partner to complete HLD.
o Partner to introduce vendors to STFC, who will visit STFC to propose how their technologies would address the HLD.
o STFC to sign off the HLD solution.
o Partner designs the low-level design for the solution.
o STFC goes out to market to purchase the solution products on a framework. Procurement of hardware out of scope of this tender.
• Run a proof of concept (POC).
• Identify the hardware required to deliver the network to STFC.
• Take a lead in rolling out the approved logical and physical design.
• Work with STFC during the first hardware lifecycle to support the new network infrastructure.
Full details of the current STFC network are provided in the supporting procurement documentation.
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 April 2024
End date
31 March 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
You are invited to submit a bid against DDaT23365.
Bidders are to note that in order to access the tender documentation for DDaT23365 - Overall Redesign and Implementation of Our Network (ORION), they must complete and sign the Non-Disclosure Agreement (NDA) provided within the attachment section within this ITT and send this to the Buyer via the Message Centre in the Jaggaer eSourcing Portal.
Upon submission of your completed NDA, the Buyer will add your organisation into a separate ITT where you will have access to the full tender documentation and will have the ability to submit a bid response.
Kindly note, the deadline for bid responses is 31st January 2024, 11.00am and you will be able to ask clarification questions once you have submitted your NDA and have been added to the separate ITT.
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
Open procedure
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
Originally published as:
Date
22 January 2024
Local time
11:00am
Changed to:
Date
6 February 2024
Local time
10:00am
See the change notice.
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
31 January 2024
Local time
11:00am
Place
Electronically
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts).
Responses must be received by the date in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered further for this opportunity.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you in relation to any specific tender event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The contracting authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the procurement and in no circumstances will the contracting authority be liable for any costs incurred by any
supplier. If the contracting authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders.
How to apply
UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement.
six.4) Procedures for review
six.4.1) Review body
UK Shared Business Services Ltd
Swindon
SN2 1FF
Country
United Kingdom