ICT Infrastructure Tender for Swansea University
The University will enter into a three year contract with the option to extend for a further period of two years (3 (+2) years). The contract will require the Service Provider to achieve the ICT infrastructure solution for the Science & Innovation Bay Campus against a programme of set timescales to be identified at the ITT stage.
United Kingdom-Swansea: Network infrastructure
2014/S 086-149786
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Swansea University
The Purchasing Office, Swansea University, Singleton Park
For the attention of: Owen Cullen, Senior Purchasing Officer
SA2 8PP Swansea
UNITED KINGDOM
Telephone: +44 1792606268
Fax: +44 1792295874
Internet address(es):
General address of the contracting authority: www.swansea.ac.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0345
Electronic access to information: https://etenderwales.bravosolution.co.uk/web/login.shtml
Electronic submission of tenders and requests to participate: https://etenderwales.bravosolution.co.uk/web/login.shtml
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: Swansea University.
NUTS code UKL
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The University will enter into a three year contract with the option to extend for a further period of two years (3 (+2) years). The contract will require the Service Provider to achieve the ICT infrastructure solution for the Science & Innovation Bay Campus against a programme of set timescales to be identified at the ITT stage. The scope of contract will also encompass the ongoing provision of ICT infrastructure to existing Swansea University premises.
The successful service provider shall also offer support services for any proposed equipment, demonstrating a proven ability in providing a high level of support for that equipment. They must also have a direct relationship with any proposed manufacturer, for example, via a channel partnership arrangement. Support services will include where necessary maintenance of both existing and future equipment purchased under the supply contracts; and technical support for initial configuration and/or installation of equipment as may be required.
The University wishes to appoint a single Service Provider for the provision of this Contract. However the University welcomes the opportunity for the Service Provider to subcontract to other trusted and vetted organisations in order to achieve the solution which best meets the University’s requirements. Tenderers should note that the Service Provider will be the only point of contact for the University in the undertaking of the contract and that the Service Provider will solely be responsible for the management of subcontractors, as well as ensuring that all services are fully integrated as required.
NOTE: The authority is using eTenderwales to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access eTenderwales, express your interest in this notice and access the tender documentation please visithttps://etenderwales.bravosolution.co.uk/web/login.shtml and search for PQQ/ITT code pqq_31380 within the appropriate area.
II.1.6)Common procurement vocabulary (CPV)
32424000, 32427000, 32400000, 48822000, 48800000, 30233100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
Section IV: Procedure
IV.1.1)Type of procedure
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: Following evaluation, the total score of each Tenderer will be used to identify up to eight Tenderers to progress to the Invitation To Tender stage.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): The Science & Innovation Bay Campus’ ICT infrastructure shall be subject to EU funding.
VI.3)Additional information
VI.5)Date of dispatch of this notice: