Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
City of London Corporation, Guildhall, PO Box 270
London
EC2P 2EJ
UK
Telephone: +44 2076063030
E-mail: tracey.yemisiorekoya@cityoflondon.gov.uk
NUTS: UKI
Internet address(es)
Main address: https://www.cityoflondon.gov.uk
Address of the buyer profile: https://www.capitalesourcing.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.capitalesourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.capitalesourcing.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Library Public Network
Reference number: prj_COL_19841
II.1.2) Main CPV code
92511000
II.1.3) Type of contract
Services
II.1.4) Short description
The City of London Corporation (the 'City') is looking to tender for the provision of Library Public Network.
II.1.5) Estimated total value
Value excluding VAT:
450 000.00
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
32412110
48161000
92500000
92510000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
London
II.2.4) Description of the procurement
The City of London Corporation (the 'City') is looking to tender for the provision of Library Public Network.
There requirement is for provision of a public network, hardware and software for members of the public across the following business areas: Barbican; Artizan Street; Shoe Lane; London Metropolitan Archives (LMA) and potentially The Small Business and Enterprise Centre and Guildhall.
The City is looking for the provision of a fully managed and supported solution that will provide the identified business areas with a fast, secure and reliable network which will be delivered both wireless and wired. There is a requirement to have both fixed workstations at the venues and also to allow customers to bring their own devices which can connect to the network.
The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years. The maximum length of the contract is therefore 5 years.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
450 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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:
Yes
Description of options:
The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years. The maximum length of the contract is therefore 5 years.
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.1.2) 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
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:
23/06/2023
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
23/06/2023
Local time: 12:00
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 invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please note that this procurement process is being undertaken using the electronic tendering system ‘CapitaleSourcing’ (url: www.capitalesourcing.com).
Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below.
The estimated total value of the contract is stated in section II.1.5) of this notice and is exclusive of VAT and for the entire duration, including all potential extensions and future needs as described within the tender documents.
The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT)questionnaire which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_COL_19841 or itt_COL_16919.
Organisations must submit their completed Qualification Envelope and Invitation to Tender(ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Qualification Envelopes and Invitation to Tender (ITT) questionnaires cannot be uploaded after the return deadline.
The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT)questionnaires.
The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
The procurement process that will apply to the requirement is specified in the procurement documents accordingly.
VI.4) Procedures for review
VI.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WA2 2LL
UK
Telephone: +44 20794760000
VI.4.4) Service from which information about the review procedure may be obtained
High Court, Royal Courts of Justice
Strand
London
WA2 2LL
UK
Telephone: +44 20794760000
VI.5) Date of dispatch of this notice
22/05/2023