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

25-2018 — Fixed Telephony Solution

  • First published: 01 August 2018
  • Last modified: 01 August 2018

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:
Published by:
Newry Mourne and Down District Council
Authority ID:
AA72357
Publication date:
01 August 2018
Deadline date:
07 September 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council seeks to appoint a supplier who will take responsibility for the provision, delivery and management of a new corporate Fixed telephony solution and supporting services.

The Council intends to set up a single supplier framework. Other contracting bodies may also wish to contract for services through the framework contract.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Newry Mourne and Down District Council

Greenbank Industrial Estate

Newry

BT34 2QU

UK

Only Online through portal at: www.newrymournedown.org/procurement


+44 2830313233

David.Barter@nmandd.org

+44 2830313288

www.newrymournedown.org

www.newrymournedown.org/procurement

www.newrymournedown.org/procurement

www.newrymournedown.org/procurement
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

Armagh City, Banbridge and Craigavon Borough Council

Fermanagh and Omagh District Council

Mid and East Antrim Borough Council

Mid Ulster District Council

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

25-2018 — Fixed Telephony Solution

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

5

II.1.2)

Main site or location of works, place of delivery or performance

UKN0



UKN07

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

48

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

1 500 000,00GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Council seeks to appoint a supplier who will take responsibility for the provision, delivery and management of a new corporate Fixed telephony solution and supporting services.

The Council intends to set up a single supplier framework. Other contracting bodies may also wish to contract for services through the framework contract.

II.1.6)

Common Procurement Vocabulary (CPV)

64215000
64224000
64200000
32412100
32429000
32500000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Newry, Mourne and Down District Council (the Council) intends to set in place a single supplier framework for a corporate Fixed telephony solution along with supporting services, on behalf of itself and other contracting bodies.

The solution is required to deliver a broad range of telephony services including desk-based IP telephony, voicemail, switchboard and operator services, integration to mobile telephony arrangements and a range of hard and soft telephone clients.

The solution may be based upon hosted services (cloud) or local hardware and software (on-premise). The Council has no current preference for one or the other and encourages tenders from providers of both types of solutions.

The solution will:

— include a managed service, to provide the Telephony solution from which all services are provided, administered, monitored and logged, together with local site configuration, management and maintenance services, and professional services.

— provide a service management function to proactively manage the availability of the solution to agreed service levels, and to provide prompt remedial action in the event of failure. All aspects of the service should be compliant with the relevant security, information management and regulatory requirements.

— deliver all components required to support the Fixed telephony solution including, where applicable carrier services (calls, lines, minutes).

— where applicable, include the provision and maintenance of on-site equipment to support the Fixed Telephony service.

— include implementation and transition support to ensure the Solution is installed successfully with minimum business disruption, and that staff can make best use of Solution features.

The Council does not have an immediate requirement for Contact Centre or Unified Communications (UC) functionality, but expects to develop its requirements in both areas during the life of the contract. The solution should be extensible to support Contact Centre and some elements of UC services if required by the Council.

The requirements for each of the other contracting bodies that will be party to the Framework are considered to be similar in scope and scale to those of the Council, so that the evaluation based on the Council’s scenario will be representative of wider use.

Council Information

Newry, Mourne and Down District Council, one of 11 new super councils, was created in 2015 from the former Newry and Mourne and Down District Council areas and the Ballyward electoral area, which previously sat within the Banbridge District Council authority.

With a population of approximately 171 500 and a coastline of 100 miles, it is the third largest council area in Northern Ireland spanning from Crossmaglen in South Armagh to Saintfield in South Down. There are seven District Electoral Areas: Crotlieve, Downpatrick, Newry, Rowallane, The Mournes, Slieve Croob and Slieve Gullion.

Our aim is to provide civic leadership, deliver local services and ensure that the district develops in a way that increases prosperity and quality of life for local residents.

The Council has ambitious plans for transforming its services. These plans are highlighted within the Council’s corporate and community plans as well as its Directorate business plans. In particular, the Fixed telephony solution will support the ‘Transforming and Modernising the Council’ corporate objective.

In addition to location in its main Corporate headquarters, staff are located in satellite offices throughout the district. The Council also provides a range of community, leisure, arts and culture services from its sites located across the region. For example, in Community Centres, leisure and sports complexes, museums and arts centres and Town Halls, amongst others.

The Fixed telephony solution is expected to be implemented across all Council sites which house staff and where there is a voice requirement.

The Authority does not commit to letting a contract for any of the above, should it become evident that it is not economically advantageous to do so.

1 500 000,00
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

As detailed in the volumes of the Invitation to tender.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As detailed in the volumes of the Invitation to tender.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

As detailed in the volumes of the Invitation to tender.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


As detailed in the volumes of the Invitation to tender.

III.2.2)

Economic and financial capacity


As detailed in the volumes of the Invitation to tender.




III.2.3)

Technical capacity


As detailed in the volumes of the Invitation to tender.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

25-2018 Fixed Telephony Solution

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 07-09-2018  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Newry, Mourne and Down District Council is a Public Authority within the meaning of the Freedom of Information Act 2000 and all correspondence received will be dealt with in accordance with the Act.

Newry Mourne and Down District Council is procuring the public contract on behalf of itself and the following bodies delivering public services (Contracting Bodies):

— Armagh City, Banbridge and Craigavon Borough Council,

— Fermanagh and Omagh District Council,

— Mid and East Antrim Borough Council,

— Mid Ulster District Council.

Any such contracting body will be entitled, with the prior written consent, of and through the Authority, to access the contract and require services to be delivered to it by the appointed organisation on the same or substantially the same terms and conditions as agreed with the Authority.

The Contracting Authority intends to use an e-Tendering system for this procurement process, e-hub www.newrymournedown.org/procurement

Supplier registration is free of charge.

Follow the registration instructions on the e-hub portal.

Browse to the opportunity

Access the volumes of the Invitation to tender provided.

Submit your Tender response by the deadline indicated.

It is strongly recommended that Suppliers unfamiliar with the e-hub procurement portal ensure that they are able to access all relevant functions well ahead of the closing dates, since late responses may not be accepted.

If you have any difficulties with the e-hub procurement portal, please call UK Freephone: 0800 731 6575 or email: info@e-hub.com

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Royal Courts of Justice (NI)

Chichester St.

Belfast

BT1 3 JF

UK

adminoffice@courtsni.gov.uk

+44 2890235111

http://www.courtsni.gov.uk

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: Newry, Mourne and Down District Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by Newry, Mourne and Down District Council as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 Nº 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 30-07-2018

Coding

Commodity categories

ID Title Parent category
64215000 IP telephone services Telephone and data transmission services
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
32412100 Telecommunications network Communications network
64200000 Telecommunications services Postal and telecommunications services
64224000 Teleconferencing services Telecommunication services except telephone and data transmission services
32429000 Telephone network equipment Network 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:
David.Barter@nmandd.org
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.