Tender

DDaT23365 Overall Redesign and Implementation of Our Network (ORION) Integrator

  • UNITED KINGDON RESEARCH AND INNOVATION

F02: Contract notice

Notice identifier: 2023/S 000-037755

Procurement identifier (OCID): ocds-h6vhtk-04295d

Published 21 December 2023, 4:50pm



The closing date and time has been changed to:

6 February 2024, 10:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

UNITED KINGDON RESEARCH AND INNOVATION

Polaris House,North Star Avenue

SWINDON

SN21FF

Contact

Alan Bird

Email

DDaTprocurement@uksbs.co.uk

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

www.ukri.org

Buyer's address

www.uksbs.co.uk

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

Email

policy@uksbs.co.uk

Country

United Kingdom