Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UK
Telephone: +44 2920879648
E-mail: Buyline@cardiff.ac.uk
NUTS: UKL
Internet address(es)
Main address: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Structured Network Cabling (Copper and Fibre) and Associated Installation work
Reference number: CU241/JP0118
II.1.2) Main CPV code
32421000
II.1.3) Type of contract
Services
II.1.4) Short description
The aim of the procurement process is to establish a framework agreement with three ranked suppliers for the provision of copper and fibre optic network Infrastructure cabling, and associated hardware and civils works.
The requirement is for companies 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.
II.1.5) Estimated total value
Value excluding VAT:
3 300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32421000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff University
II.2.4) Description of the procurement
The aim of the procurement process is to establish a framework agreement with three ranked suppliers for the provision of copper and fibre optic network Infrastructure cabling, and associated hardware and civils works.
The requirement is for companies 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 configuration to support the expansion and day to day operation of the Data Network Infrastructure.
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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Contract duration 3 years with an option to extend for a further 12 month period.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the SQ and ITT documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the SQ and ITT documents
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/07/2018
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
16/08/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Jan 2021
VI.3) Additional information
All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.
The university reserves the right to award the framework agreement in whole or part.
The university reserves the right to annul the tendering process and not award any framework agreement.
All documents to be priced in GBP and all payments made in GBP.
All documents to be priced in GBP excluding VAT.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=82525.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As stated in the ITT documents
(WA Ref:82525)
VI.4) Procedures for review
VI.4.1) Review body
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UK
Telephone: +44 2920879648
Internet address(es)
URL: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
VI.5) Date of dispatch of this notice
06/06/2018