Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The University of Nottingham
Nottingham
NG7 2NR
UK
Contact person: Scott Selby
E-mail: scott.selby@nottingham.ac.uk
NUTS: UKF14
Internet address(es)
Main address: www.nottingham.ac.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/universityofnottingham/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
DDI Replacement Solution
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
A DDI platform to replace the current in-house solution, which will be COTS/SaaS based and allow UoN specific personnel responsible for supporting DNS, DHCP and IPAM to utilise the platform to improve management and integration between these critical network services and provide a structured workflow for basic network operations, such as adding client devices, printers or servers, allocating IP ranges for new services and so on. The product must have the ability to deliver the required capabilities and facilitate the strategy of hybrid services.
Full description and documents available via our In-tend portal.
II.1.5) Estimated total value
Value excluding VAT:
350 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKF14
Main site or place of performance:
University of Nottingham Campuses.
II.2.4) Description of the procurement
A DDI platform to replace the current in-house solution, which will be COTS/SaaS based and allow UoN specific personnel responsible for supporting DNS, DHCP and IPAM to utilise the platform to improve management and integration between these critical network services and provide a structured workflow for basic network operations, such as adding client devices, printers or servers, allocating IP ranges for new services and so on. The product must have the ability to deliver the required capabilities and facilitate the strategy of hybrid services.
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:
350 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Up to 3 x 12 month renewals in addition to the initial 24 months contract.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/06/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/06/2020
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court
Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 and 87 of the Public Contracts Regulations 2015, the contracting authority has incorporated a minimum 10 calendar days standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with a debrief in the award decision at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderer's have a right to appeal
provided for within the Public Contracts Regulations 2015. Any such proceedings must be brought in the High Court of England and Wales.
VI.5) Date of dispatch of this notice
13/05/2020