Tender for Telecommunications Services in Oxfordshire
Managed Connectivity Services for public services bodies in Oxfordshire and the immediate proximity.
UK-Oxford: Telecommunications services
2013/S 122-209643
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Oxfordshire County Council
County Hall, New Road
For the attention of: Grant Cawte
OX1 1ND Oxford
UNITED KINGDOM
Telephone: +44 1865810305
E-mail: grant.cawte@oxfordshire.gov.uk
Internet address(es):
General address of the contracting authority: http://www.oxfordshire.gov.uk
Address of the buyer profile: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype=view&requestview=authority®ion=REG-UATA-79EMCZ&authority=ORG-DNWA-7BSK5Z&sd=&stype=&rv=authority&start=1&count=10&contentid=1.003
Electronic access to information: http://www.businessportal.southeastiep.gov.uk
Electronic submission of tenders and requests to participate: http://www.businessportal.southeastiep.gov.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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
As per PQQ and Tender Documentation
Section II: Object of the contract
Service category No 5: Telecommunications services
NUTS code UKJ14
A crucial part of the support for the Council services is the use of ICT systems, and telecommunications plays a key part in supporting these systems, by the transmission of data and the connection of premises where services are delivered, planned and controlled.
The Council is keen to update and improve its telecommunications as part of its forward looking plan to make improvement in services and reduce costs. It is therefore seeking a cost effective, efficient, progressive and flexible managed service for connectivity to replace its traditional network of private circuits.
Oxfordshire County Council seeks a qualified and experienced service provider to provide managed services for its connectivity and network services, underpinned by a public services network approach.
The Service is intended to meet the Council’s requirements to replace and improve its connectivity services, but to be extensible to other public service organisations in Oxfordshire and in the immediate proximity to maximise value for money and to support joined up citizen-centred services.
The scope of the service will incorporate the design, implementation, project management, commissioning, maintenance and on-going service management of WAN, security, internet, gateways, remote access services, CCTV, traffic management connections, filtering, caching, and associated services.
The current network has approximately 700 connections (including homeworkers, traffic lights, and CCTV sites, with bandwidths ranging between 2 Mb and 1 Gb, using a wide range of connectivity services types. Details of these will be provided in the Invitation to Tender document.
The Service must have the capability to comply with the national Cabinet Office Public Sector Network (PSN) initiative requirements where required.
Scope:
The services that will be delivered, or enabled, are envisaged to include, but are not limited to, the following:
a) Managed services for the adoption of the current services, development, implementation, operation, monitoring and management of the network infrastructure required to provide:
i) Managed Wide Area Network Services,
ii) Perimeter Security Services,
iii) PSN certification,
iv) Intrusion Detection and prevention,
v) Internet and email filtering,
vi) Remote access services,
vii) GCN/N3 Gateways,
viii) LAN Services,
ix) Transition – Adoption of 3rd party contracted services;
b) On-going support of managed services, service delivery, reporting and performance management, including but not necessarily limited to:
i) helpdesk service for logging and query of issues related to service delivery,
ii) range of SLA ‘packages’ that can be assigned based on availability requirements and cost constraints,
iii) SLA reporting against defined targets and associated service credit regime,
iv) incident management, monitoring, tracking, communication, resolution and closure,
v) fault management and restoration,
vi) troubleshooting services to help resolve issues that cross boundaries,
vii) maintenance of hardware and software,
viii) customer service management including regular meetings with partners,
ix) change management,
x) development of a service catalogue for use in the provisioning of services,
xi) billing services,
xii) asset and capacity management;
c) The adoption and transition of the existing network and services, and the transformation to a service on demand arrangements;
d) The contract will be expected to be flexible in terms of technical capabilities and also able to respond to organisational growth or reduction for the duration of the contract;
e) Options:
i) Optional additional services, including project services, consultancy, troubleshooting and ad-hoc support,
ii) Local Area Network (LAN) Management, comprising switching equipment, Wi-Fi infrastructure and cabling up to the point of interconnect with the end device,
iii) Remote Access services,
iv) Web and email filtering services,
v) Other related services in line with evolving business needs.
Contracting Authorities:
The Contracting Authority, Oxfordshire County Council (including successors to its functions and organisations created as a result of reorganisation or organisational changes), is procuring the public contract on behalf of itself and the following bodies delivering public services within Oxfordshire or the immediate proximity (including local bodies’ successors to their functions and organisations created as a result of reorganisation or organisational changes):
The district councils and borough councils in Oxfordshire which are Oxford City Council, Cherwell District Council, South Oxfordshire District Council, Vale of White Horse District Council and West Oxfordshire District Council; Local Authority Councils that have an adjoining border to Oxfordshire; all parish councils (details of which can be found at: http://mycouncilpages.oxfordshire.gov.uk/mgParishCouncilDetails.aspx?LS=17&SLS=4&bcr=1).
All maintained schools (including free schools, academies and voluntary aided schools), further education colleges (which are Oxford and Cherwell Valley College, Abingdon and Witney College, The Henley College) and Oxford Brookes University;
Thames Valley Police and NHS Bodies (which are Oxfordshire Primary Care Trust, South Central Ambulance Service NHS Trust and Nuffield Orthopaedic Centre NHS Trust).
— Any organisation in Oxfordshire or the immediate proximity, that complies with the JANET Connection Policy.
The present connection policy is available at:
http://www.ja.net/documents/publications/policy/connection-policy.pdf
— Local offices of national UK public sector bodies located within Oxfordshire or the immediate proximity:
This list above is not exhaustive or definitive for the duration of the contract. Other organisations may also use the services where such organisations use services for the delivery of public services in Oxfordshire or the immediate proximity.
It is anticipated that the contract structures will allow the participating organisations described above to place orders. Participating organisations should be able to rely on this procurement to purchase such services without the need for any further procurement process.
Participating organisations will each place orders directly with the supplier, and will not be bound to purchase all or any of the offered solutions specified within the Agreement.
Oxfordshire County Council reserves the right not to award any contract.
Please note interested applicants must register on the SE Business Portal to express interest in this competition and to receive a copy of the pre-qualification questionnaire.
www.businessportal.southeastiep.gov.uk
Should you have any queries regarding registering interest in this competition please refer to the contacts points in this notice.
64200000, 72710000, 72700000, 72400000, 72315000, 72300000, 72220000, 71316000, 51300000, 50330000, 50300000, 48730000, 48200000, 45314000, 45232300, 32510000, 32500000, 32427000, 32412110, 32412100, 32410000, 32400000
Total value range of GBP 6 000 000 to GBP 25 000 000.
The term for the Agreement is expected to be for a period of 7 years, with further optional extensions of 1+1+1 years, up to a maximum of 10 years.
Estimated value excluding VAT:
Range: between 5 000 000 and 25 000 000 GBP
Description of these options: Main term is for 7 years with three 1 year options to extend, potentially 10 years in aggregate.
Section III: Legal, economic, financial and technical information
Description of particular conditions: As set out in the Pre-Qualification Questionnaire.
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972. and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991. on prevention of the use of the financial system for the purpose of money laundering.
Further details as set out in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire.
As set out in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As per the pre qualification questionnaire.
Payable documents: no
Section VI: Complementary information
The Council is procuring this contract electronically through the South East Business Portal. All parties interested in tendering should register as a supplier on the South East Business Portal at www.businessportal.southeastiep.gov.uk
Oxfordshire County Council
County Hall, New Road
OX1 1ND Oxford
UNITED KINGDOM
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:24.6.2013