UK-Leeds: Telecommunications equipment and supplies.

UK-Leeds: Telecommunications equipment and supplies.
Section I: Contracting Authority
I.1) Name and addresses
University of Leeds
Woodhouse Lane, Leeds, LS2 9JT, United Kingdom
Email: centralpurchasing@adm.leeds.ac.uk
Contact: David McLaren
Main Address: https://in-tendhost.co.uk/universityofleeds/aspx/Home, Address of the buyer profile: https://in-tendhost.co.uk/universityofleeds/aspx/Home
NUTS Code: UKE42
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Telecommunications-equipment-and-supplies./5T4UDEWW97
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Telecommunications-equipment-and-supplies./5T4UDEWW97 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Nexus IT/Telecoms Solution
Reference Number: 2905
II.1.2) Main CPV Code:
32500000 - Telecommunications equipment and supplies.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Nexus is seeking a solution which provides resilient connectivity, IT and telephony services and scalable solutions for tenants. It requires a transparent pricing and billing process that can be presented to its Tenants at request.
The ambition is to be 70% let by opening date and at capacity (85%) it is anticipated this would be a 450+ tenant users on site in addition to Virtual users and the Nexus community. The increasing popularity of flexible working, in addition to our ambition to create open networking and collaboration, drives a requirement for a secure wireless network connection. It is expected that the provider will manage a fair usage policy to prevent consistent abuse of the network.
There must be the provision to divide the bandwidth between a shared, dedicated, superfast and wireless connectivity at ease within reasonable timescales.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
32500000 - Telecommunications equipment and supplies.
32510000 - Wireless telecommunications system.
32520000 - Telecommunications cable and equipment.
32521000 - Telecommunications cable.
32522000 - Telecommunications equipment.
32523000 - Telecommunications facilities.
32524000 - Telecommunications system.
32562200 - Optical telecommunication cables.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: Nexus is seeking a solution which provides resilient connectivity, IT and telephony services and scalable solutions for tenants. It requires a transparent pricing and billing process that can be presented to its Tenants at request.
The ambition is to be 70% let by opening date and at capacity (85%) it is anticipated this would be a 450+ tenant users on site in addition to Virtual users and the Nexus community. The increasing popularity of flexible working, in addition to our ambition to create open networking and collaboration, drives a requirement for a secure wireless network connection. It is expected that the provider will manage a fair usage policy to prevent consistent abuse of the network.
There must be the provision to divide the bandwidth between a shared, dedicated, superfast and wireless connectivity at ease within reasonable timescales.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Due to the nature of the contract, implementation of the infrastructure may take up to twelve months to complete, before the contract becomes live for call-off.


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/09/2017 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 30/12/2017

IV.2.7) Conditions for opening of tenders:
Date: 01/09/2017
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Telecommunications-equipment-and-supplies./5T4UDEWW97

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/5T4UDEWW97
VI.4) Procedures for review
VI.4.1) Review body:
University of Leeds
Woodhouse Lane, Leeds, Ls2 9JT, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477882
Internet address: http://www.justice.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any appeals should be promptly brought to the attention of the Head of Procurement of the University at the email address specified in Section I.1) and will be dealt with in accordance with the requirements of the Public Contract Regulations 2015.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
University of Leeds
Woodhouse Lane, Leeds, LS2 9JT, United Kingdom
Email: centralpurchasing@adm.leeds.ac.uk
VI.5) Date Of Dispatch Of This Notice: 01/08/2017

Annex A
I) Addresses and contact points from which further information can be obtained:
University of Leeds
Purchasing Office, 1 - 3 Lifton Villas, Lifton Place, Leeds, LS2 9JZ, United Kingdom
Tel. +44 1133434104, Email: centralpurchasing@adm.leeds.ac.uk
Main Address: https://in-tendhost.co.uk/universityofleeds/aspx/Home
NUTS Code: UKE42