WAN and Network Services Contract
A contract for WAN, network services (managed Internet, firewalls, SPAM, SIP et al) and IT Disaster Recovery (co-location).
United Kingdom-Wembley: Wide area network services
2017/S 069-130428
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Olympic Office Centre, 8 Fulton Road
Wembley
HA9 0NU
United Kingdom
Telephone: +44 2087824312
E-mail: procurement@networkhomes.org.uk
NUTS code: UKI
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
WAN, Network Services and Co-Location Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A contract for WAN, network services (managed Internet, firewalls, SPAM, SIP et al) and IT Disaster Recovery (co-location).
This includes:
1.Managed Network;
a. WAN connectivity;
b. Internet Access break outs;
c. Remote Access VPN, inc Mobility access;
d. SIP trunks and DDI ranges to be ported;
e. Firewalls, including firewall policy definition and implementation;
f. Service operations and management, integrated with Network’s user support desk to include network management, hardware support and maintenance.
2. Data centre co-lo services to house Network’s current IT DR facilities.
a. Ship-to-site SUN hardware to support Network’s primary business application.
b. Remote hands for routine management tasks, including support for annual DR tests.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Outer London — West and North West.
II.2.4)Description of the procurement:
A competitive process with negotiation to select a service provider to provide WAN, Network Services (managed Internet, firewalls, SPAM, SIP et al) and IT Disaster Recovery (co-location) through two components that are intrinsically linked in the provision of services to the business, the first is the managed WAN and Network Services, the second the provision of co-lo facilities to accommodate Network’s current IT Disaster Recovery service.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There will be an initial contract for 5 years which could be extended by up to 5 annual extensions.
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the documents.
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:
As set out in the SLA matrix.
Section IV: Procedure
IV.1.1)Type of procedure
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.2.2)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.2)Information about electronic workflows
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Information about the process, the service requirements and the SQ documents to be returned are included in the SQ documents.
The ITT documents are included for information only at this stage.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Wide-area-network-services./JNZXRHPTM5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JNZXRHPTM5
GO Reference: GO-201745-PRO-9943929.
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
The contracting authority will observe a minimum 10 calendar day standstill period from the day after communication to tenderers of the authority’s intended award decision. There is no right of appeal to the contracting authority and instead the UK Public Contract Regulations 2015 provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach unless an extension is granted by the courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in VI.4.1).
VI.5)Date of dispatch of this notice:
Related Posts
Cisco Hardware and Software Support Contract
Crown Commercial Service Technology Services 2 Framework
Tender for Managed Wide Area Network Solutions
Tender for IT and Network Services
Replacement Storage Area Network Storage as a Service