DDI Platform Replacement Tender
A DDI platform to replace the current in-house solution, which will be COTS/SaaS based.
United Kingdom-Nottingham: IT services: consulting, software development, Internet and support
2020/S 096-230694
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town: Nottingham
NUTS code: UKF14
Postal code: NG7 2NR
Country: United Kingdom
Contact person: Scott Selby
E-mail: scott.selby@nottingham.ac.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DDI Replacement Solution
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A DDI platform to replace the current in-house solution, which will be COTS/SaaS based and allow UoN specific personnel responsible for supporting DNS, DHCP and IPAM to utilise the platform to improve management and integration between these critical network services and provide a structured workflow for basic network operations, such as adding client devices, printers or servers, allocating IP ranges for new services and so on. The product must have the ability to deliver the required capabilities and facilitate the strategy of hybrid services.
Full description and documents available via our In-tend portal.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
University of Nottingham Campuses.
II.2.4)Description of the procurement:
A DDI platform to replace the current in-house solution, which will be COTS/SaaS based and allow UoN specific personnel responsible for supporting DNS, DHCP and IPAM to utilise the platform to improve management and integration between these critical network services and provide a structured workflow for basic network operations, such as adding client devices, printers or servers, allocating IP ranges for new services and so on. The product must have the ability to deliver the required capabilities and facilitate the strategy of hybrid services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Up to 3 x 12 month renewals in addition to the initial 24 months contract.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
In accordance with Regulation 86 and 87 of the Public Contracts Regulations 2015, the contracting authority has incorporated a minimum 10 calendar days standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with a debrief in the award decision at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderer’s have a right to appeal
provided for within the Public Contracts Regulations 2015. Any such proceedings must be brought in the High Court of England and Wales.
VI.5)Date of dispatch of this notice: