Greater Manchester Local Full Fibre Network Programme
The Greater Manchester Combined Authority and the LAs across GM currently run ICT services over a combination of WAN’s utilising a wide range of underlying connectivity circuits.
United Kingdom-Manchester: Fibre-optic materials
2019/S 075-178641
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
1st Floor, Churchgate House, 56 Oxford Street
Manchester
M1 6EU
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7931651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: http://www.greatermanchester-ca.gov.uk
Address of the buyer profile: http://www.greatermanchester-ca.gov.uk
I.1)Name and addresses
2 Piccadilly Place
Manchester
M1 3BG
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7931651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: https://www.tfgm.com
Address of the buyer profile: https://www.tfgm.com
I.1)Name and addresses
Town Hall, Library Street
Wigan
WN1 1YN
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7931651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: https://www.wigan.gov.uk
Address of the buyer profile: https://www.wigan.gov.uk
I.1)Name and addresses
Trafford Town Hall
Trafford Town Hall, Talbot Road
Stretford
M32 OTH
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7931651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: https://www.trafford.gov.uk
Address of the buyer profile: https://www.trafford.gov.uk
I.1)Name and addresses
Floor 2, Number One Riverside, Smith Street
Rochdale
OL16 1XU
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7931651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: https://www.rochdale.gov.uk
Address of the buyer profile: https://www.rochdale.gov.uk
I.1)Name and addresses
Civic Centre, West Street
Oldham
OL1 1UH
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7931651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: https://www.oldham.gov.uk
Address of the buyer profile: https://www.oldham.gov.uk
I.1)Name and addresses
Fred Perry House, Edward Street
Stockport
SK1 3XE
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7931651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: https://www.stockport.gov.uk
Address of the buyer profile: https://www.stockport.gov.uk
I.1)Name and addresses
Civic Centre, Swinton
Manchester
M27 5AW
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7931651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: https://www.salford.gov.uk
Address of the buyer profile: https://www.salford.gov.uk
I.1)Name and addresses
3 Knowlsey Place
Bury
BL9 OEJ
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7931651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: https://www.bury.gov.uk
Address of the buyer profile: https://www.bury.gov.uk
I.1)Name and addresses
Town Hall
Bolton
BL1 1RU
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7931651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: https://www.bolton.gov.uk
Address of the buyer profile: https://www.bolton.gov.uk
I.1)Name and addresses
Town Hall
Manchester
M60 2LA
United Kingdom
Contact person: Mr Chris Founds
Telephone: +44 7391651662
E-mail: christopher.founds@tfgm.com
NUTS code: UKD3
Internet address(es):Main address: https://www.manchester.gov.uk
Address of the buyer profile: https://www.manchester.gov.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Greater Manchester Local Full Fibre Network Programme
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Greater Manchester Combined Authority and the LAs across GM currently run ICT services over a combination of WAN’s utilising a wide range of underlying connectivity circuits. To improve the value, flexibility, and future-proofing of these arrangements, the LAs are looking to procure the design, implementation, maintenance and support, including a minimum 20 year right of use of dark fibre connectivity, or dark fibre virtual equivalent circuits. This will provide unlimited capacity dedicated fibre connectivity to as many LA public sites and assets in the region. The LAs will continue to be able to procure their WAN connectivity from existing Suppliers when required. These services will be delivered over the connectivity achieved through this contract. Simultaneous confirmed contracts will be awarded under each Framework Agreement as described in the tender documents which will collectively connect over 1300 sites across Greater Manchester.
II.1.5)Estimated total value
II.1.6)Information about lots
Subject to tenderers demonstrating resilience in terms of capacity and capability the following lots or groups of lots may be combined:
— Framework Lot 1: The Northern Arc localities, and
— Framework Lot 2: The Southern Arc localities. The framework authority requires compelling solutions and significant assurances from any Supplier bidding both Lots that delivery capacity can be achieved.
II.2.1)Title:
Framework Lot 1: The Northern Arc (which includes confirmed contracts for Wigan, Bolton, Bury, Oldham, Rochdale and GMCA)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wigan, Bolton, Bury, Rochdale and Oldham.
II.2.4)Description of the procurement:
The requirements for this contract are as detailed in the main tender document description.
It is proposed that a Framework Agreement will be established with up to 2 suppliers. A single supplier will be awarded to each framework lot. At the same time simultaneous confirmed contracts will be awarded to the supplier, for each Contracting Authority within each framework lot. The procurement will be a competitive procedure with negotiation and further details will be defined in the tender documents. The evaluation criteria will be a combination of qualitative technical and cost commercial submissions, including maximising the potential number of sites to be connected across Greater Manchester. In summary there will be a supplier selection process, followed by an invitation to submit initial tenders for up to 5 shortlisted tenderers for each framework lot. Following further evaluation, up to 3 tenderers for each framework lot may then be invited to further negotiation sessions and a final revised tender will then be requested and evaluated before award. The contract is anticipated to commence in September 2019 and works will be delivered such that the Government funding contributions are required to be expended before 31.3.2021, with Local Authority match contribution completing before and after this date.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The confirmed contracts will outlive the Framework Agreement, however the Framework Authority may extend the Framework Agreement for up to 24 months, incrementally over 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
There will be an open supplier selection/qualification process, after which the highest 5 scoring and qualified tenderers will be invited to submit initial tenders. Following receipt of initial tenders, a further evaluation will be undertaken against the criteria described in the tender documents and, the highest 3 scoring tenderers may then be invited for further negotiation sessions. If required, a final revised tender will be invited and will be subject to re-evaluation, before an award is confirmed.
This will apply for both framework lots.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Framework Lot 2: The Southern Arc (which includes Confirmed Contracts for Salford, Stockport, Trafford, Manchester and GMCA)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Stockport, Trafford, Salford and Manchester.
II.2.4)Description of the procurement:
The requirements for this contract are as detailed in the main tender document description.
It is proposed that a Framework Agreement will be established with up to 2 suppliers. A single supplier will be awarded to each framework lot. At the same time simultaneous confirmed contracts will be awarded to the supplier, for each Contracting Authority within each framework lot. The procurement will be a competitive procedure with negotiation and further details will be defined in the tender documents. The evaluation criteria will be a combination of qualitative technical and cost commercial submissions, including maximising the potential number of sites to be connected across Greater Manchester. In summary there will be a supplier selection process, followed by an invitation to submit initial tenders for up to 5 shortlisted tenderers for each framework lot. Following further evaluation, up to 3 tenderers for each framework lot may then be invited to further negotiation sessions and a final revised tender will then be requested and evaluated before award. The contract is anticipated to commence in September 2019 and works will be delivered such that the Government funding contributions are required to be expended before 31.3.2021, with Local Authority match contribution completing before and after this date.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The confirmed contracts will outlive the Framework Agreement, however the Framework Authority may extend the Framework Agreement for up to 24 months, incrementally over 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
There will be an open supplier selection/qualification process, after which the highest 5 scoring and qualified tenderers will be invited to submit initial tenders. Following receipt of initial tenders, a further evaluation will be undertaken against the criteria described in the tender documents and, the highest 3 scoring tenderers may then be invited for further negotiation sessions. If required, a final revised tender will be invited and will be subject to re-evaluation, before an award is confirmed.
This will apply for both framework lots.
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
III.2.2)Contract performance conditions:
Contained within Schedules 2, 3, 9, 11 and 12 of the tender documents.
Additionally tenderers attention is to be drawn to the requirement for spending (physical works completed) the allocated DCMS Grant Funded element of the overall project, before 31.3.2021. This should feature highly in any response to be returned by tenderers and the Framework Authority and Contracting Authorities will evaluate responses received against the achievability and deliverability of this requirement.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Th Framework Authority and Contracting Authorities intend to award the framework agreements and confirmed contracts simultaneously. Whilst the Framework Authority intends all work to be completed through the Confirmed Contracts, it reserves the right that additional Contracts could be instructed by named parties at a later stage and hence require the Framework agreements to be extended.
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
1st Floor, Churchgate House, 56 Oxford Street
Manchester
M1 6EU
United Kingdom
E-mail: Liz.Treacy@greatermanchester-ca.gov.uk
VI.5)Date of dispatch of this notice: