Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Telephone & Data Transmission Services ("Moves, Adds and Changes")

  • First published: 06 April 2024
  • Last modified: 06 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-045012
Published by:
University of Southampton
Authority ID:
AA20936
Publication date:
06 April 2024
Deadline date:
07 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The University requires the provision of Moves, Adds and Changes ("Services") related to its telephone and data installations network.

This can include services which are labour only, provision of goods or a combination of both.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

UNIVERSITY OF SOUTHAMPTON

10007158

UNIVERSITY ROAD

SOUTHAMPTON

SO171BJ

UK

Contact person: Mandy Stephens

Telephone: +44 2380595000

E-mail: procurement@soton.ac.uk

NUTS: UKJ32

Internet address(es)

Main address: http://www.southampton.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/universityofsouthampton/aspx/Home

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/universityofsouthampton


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/universityofsouthampton


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

Telephone & Data Transmission Services ("Moves, Adds and Changes")

Reference number: 2023UoS-1102

II.1.2) Main CPV code

51000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The University requires the provision of Moves, Adds and Changes ("Services") related to its telephone and data installations network.

This can include services which are labour only, provision of goods or a combination of both.

II.1.5) Estimated total value

Value excluding VAT: 2 700 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32400000

45314300

50312300

50312310

50312320

50334110

51300000

II.2.3) Place of performance

NUTS code:

UKJ3

II.2.4) Description of the procurement

The University requires the provision of Moves, Adds and Changes ("Services") related to its telephone and data installations network. This can include services which are labour only, provision of goods or a combination of both, details of which can be found below.

The scope of the Services includes, but is not limited to:

-Installation of data outlets;

-Patching of data outlets;

-Relocation of a data outlets;

-Testing and terminating ready wired circuit;

-Fault investigation of data outlets;

-Supply and installation of new, patch panel for rack;

-Installation of main or single containment routes, from the office to the data rack;

-Re-jumper an existing analogue telephone service;

-Re-patch an existing analogue telephone service;

-Fault investigation of telephone line plants;

-Installation of emergency voice communication (EVC) help points;

-Replacement of faulty network switches;

-Installation of new network switches;

-Supply and installation of cabinets;

-Additions to or new provision to the University's blown fibre infrastructure. To include installation, termination and testing;

-Repairs to the blown fibre infrastructure;

-Wi-Fi Design(s);

-Wi-Fi Installation(s);

-Wireless Access point replacement;

-Updating of Caplum, the Network Infrastructure; Management Tool;

-To be duty holder as Principal contractor and Principal Designer in respect of moves adds and changes in line with Construction Design Management regulation 2015.

Occasional Further Requirement

Throughout the life of the Contract, there may be further but occasional requirements, as listed below:

-Supplying of Goods, to enable the Service Provider to be able to perform their obligations in performing the Services. This will be required only where the University does not have sufficient or has incorrect stocks of Goods to pass to the Service Provider to enable them to perform their duties of the Contract.

-Requirement for further Services such as project management and or design/planning.

It is expected that the above Services maybe required from time to time during the life of the Contract, these occasional further requirements are not the majority of the Services that are required for this Procurement.

Procurement Process: This procurement process is being conducted as an Open Procedure.

The University proposes to enter into a Contract for 6 (six) years - this will be the maximum contract period, including any potential extensions with the successful Tenderer.

This will comprise of an initial contract period of 3 (three) years with an option to extend by a further of 3 (three) years subject to satisfactory performance and at the discretion of the University.

Contract Value: The estimated value for the initial three-year contract term is in the region of £840,000.00 - £1,350,000 GBP (excluding VAT).

The estimated value of the three-year extension period is £840,000.00 - £1,350,000 GBP (excluding VAT).

It is estimated, therefore, that the total value of this contract will be between £1,680,000.00 and £2,700,000 GBP (excluding VAT).

TUPE:

The University envisages that TUPE may apply to this procurement. Further details can be found in the Invitation to Tender document set

II.2.5) Award criteria

Criteria below:

Quality criterion: Mandatory technical requirements detailed in the Invitation to Tender document set / Weighting: Pass/Fail

Quality criterion: Mobilisation of the Contract / Weighting: 5%

Quality criterion: Resourcing / Weighting: 10%

Quality criterion: Staff Training / Weighting: 5%

Quality criterion: Fibre Optic Cabling / Weighting: 8%

Quality criterion: Monthly Invoice / Reporting / Weighting: 5%

Quality criterion: Responsible Procurement / Weighting: 5%

Quality criterion: Desirable accreditations / Weighting: 12%

Quality criterion: Health and Safety / Weighting: 5%

Quality criterion: Scenario Demonstrations - Wireless RF Heat Map Survey / Weighting: 15%

Cost criterion: Data moves, adds and changes / Weighting: 18%

Cost criterion: Installation of containment / Weighting: 1.5%

Cost criterion: Blown fibre optic cable installations / Weighting: 1.5%

Cost criterion: Schedule of Rates / Weighting: 3%

Cost criterion: Miscellaneous / Weighting: 1.5%

Cost criterion: % overhead for acting as Principle Contractor and PD role for this contract / Weighting: 1.5%

Cost criterion: % Mark up / Weighting: 3%

Cost criterion: Optional additional costs / Weighting: Information only

II.2.6) Estimated value

Value excluding VAT: 2 700 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: No

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: No

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

II.2.14) Additional information

Lots: This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract. Splitting this contract into Lots would make this contract unnecessarily complicated to manage.

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:

Commscope Accreditation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe.

The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: "Moderate Risk"; "High Risk"; "Very High Risk"; or "Not Rated", based on the rating provided by Creditsafe

Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.

Minimum level(s) of standards possibly required:

Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels:

Employers (Compulsory) Liability: £10 million GBP per occurrence.

Public Liability: £10 million GBP per occurrence.

Product Liability: £10 million GBP per occurrence and in aggregate

Professional Indemnity Insurance: £5 million GBP per occurrence.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

- Grounds for mandatory exclusion

- Grounds for discretionary exclusion

- Economic & Financial Standing

- Insurance

- Compliance with equality legislation

- Health & Safety

- Control of Contractors Health & Safety (CC3) Form


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 07/05/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/05/2024

Local time: 12:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

VI.3) Additional information

E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/ universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate).

All documentation in relation to this tender can be downloaded from In-Tend.

Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend.

Regular monitoring of the portal is the responsibility of the potential supplier/tenderer.

If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation.

Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'.

Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend.

Further instructions for the submission of responses are below:

To submit your return:

1. Log in

2. Click 'Tenders'

3. Locate the relevant project

4. View details

5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender')

6. Click on the 'Attach Documents' button and upload your return.

7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.

8. Click the red 'Submit Return' button.

Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend.

Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015, the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.

Costs and Expenses: Potential suppliers/tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process.

The University is not liable for any costs in the event of the cancellation of this procurement process.

VI.4) Procedures for review

VI.4.1) Review body

University of Southampton

Southampton

UK

VI.5) Date of dispatch of this notice

05/04/2024

Coding

Commodity categories

ID Title Parent category
45314300 Installation of cable infrastructure Installation of telecommunications equipment
51000000 Installation services (except software) Other Services
51300000 Installation services of communications equipment Installation services (except software)
50312300 Maintenance and repair of data network equipment Maintenance and repair of computer equipment
50312310 Maintenance of data network equipment Maintenance and repair of computer equipment
32400000 Networks Radio, television, communication, telecommunication and related equipment
50312320 Repair of data network equipment Maintenance and repair of computer equipment
50334110 Telephone network maintenance services Repair and maintenance services of line telephony and line telegraphy equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@soton.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.