Tender for Telecommunication Infrastructure Upgrade
The contract will cover the provision of a new telephony system, WAN, mobile phone service (SIM only), landlines and potentially co-location plus ongoing maintenance and support of the solution throughout the contract term.
United Kingdom-London: Telecommunications cable and equipment
2014/S 088-154108
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Communications Infrastructure Upgrade Project
45 Westminster Bridge Road
For the attention of: Jonathan Heyes
SE17JB London
UNITED KINGDOM
Telephone: +44 2070214407
E-mail: jonathan.heyes@peabody.org.uk
Fax: +44 2070214011
Internet address(es):
General address of the contracting authority: http://peabody.org.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
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
Service category No 5: Telecommunications services
Main site or location of works, place of delivery or of performance: Inner London, Outer London and Kent.
NUTS code UKI,UKJ4
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)
II.1.6)Common procurement vocabulary (CPV)
32520000, 48510000, 64210000, 72222200, 72262000, 72720000, 32430000, 32510000, 32540000, 32550000, 32560000, 32570000, 32580000,50000000, 72000000
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:
Estimated value excluding VAT:
Range: between 3 600 000 and 5 400 000 GBP
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.1.1)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
Description of particular conditions: The successful Service provider will be required to offer a TUPE transfer to all qualifying staff currently engaged in the delivery of the services by current Service Providers. The Successful Service provider and their supply chains will also be required to participate in the achievement of social policy objectives. Accordingly the contract performance conditions may relate in particular to the furtherance of the social policy objectives.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
All respondents will be asked to confirm in their Pre-Qualification Questionnaire that none of the conditions set out within Article 45 of Directive 2004/18/EC apply to their organisation of expression of interest.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out within the PQQ.
III.2.3)Technical capacity
Respondents will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of Directive 2004/18/EC
Minimum level(s) of standards possibly required:
As set out within the PQQ.
III.3.2)Staff responsible for the execution of the service
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: As set out within the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 0207947600
Body responsible for mediation procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 0207947600
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: