Telecommunications and Local Area Network Tender
a) A Unified Communications architecture supporting converged voice and data environments (real time communication including voice, video, instant messaging).
United Kingdom-Leeds: Local area network
2013/S 230-399616
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Northern Gas Networks Limited
1100 Century Way, Thorpe Park Business Park Colton
For the attention of: James Walton
LS15 8TU Leeds
UNITED KINGDOM
Telephone: +44 1133975432
E-mail: nesprocurement@northerngas.co.uk
Internet address(es):
General address of the contracting authority: www.northerngasnetworks.co.uk
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
Other: Utilities Industry
I.3)Main activity
Other: Gas Distribution, Repair,Maintainence & Asset Replacement
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Telephony and Communication Upgrade.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 5: Telecommunications services
Main site or location of works, place of delivery or of performance: Northern England.
NUTS code UKC,UKD1,UKE
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Following a review of current telephony across the NGN estate, the scope has been extended to implement a strategic Communications solution to provide the following key business benefits:
a) A Unified Communications architecture supporting converged voice and data environments (real time communication including voice, video, instant messaging);
b) Enterprise solution to support mobility of users / services, between locations;
c) Shared services across the network, e.g. Contact Centre / Call Recording;
d) Cost reduction through routing of internal calls over the WAN;
e) Ability to transfer calls between locations;
f) Least Cost Routing for local breakout of national calls;
g) Hotdesking between sites, to support staff mobility;
h) Voicemail available at all locations;
i) Improved Business Continuity and Disaster Recovery;
j) Call overflow between sites;
k) Teleworking & home working support;
l) Global Address book available at all locations;
m) Teleconference facilities at all locations;
n) New call features – hold / transfer / park etc;
o) Call plans developed to support the business process, regardless of location;
p) Single vendor product deployed at all locations;
q) Single Support provider;
r) Reduction in carbon footprint through replacement of ageing hardware;
s) Reduction in carbon footprint due to improved internal communications;
t) Improved technology and topology to reduce the number of lines e.g. ISDN and a standardisation of call charges;
u) The inclusion of CIP Trucking and rationalisation of the existing lines.
II.1.6)Common procurement vocabulary (CPV)
32410000, 32420000, 32441000, 32441200, 32550000, 72700000, 72410000, 72511000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Following a review of current telephony across the NGN estate, the scope has been extended to implement a strategic Communications solution to provide the following key business benefits:
Estimated value excluding VAT:
Range: between 700 000 and 1 000 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.3.2014. Completion 28.2.2019
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 4.12.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
12.12.2013 – 10:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:25.11.2013