By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

PRO001499 Network and Telephony Framework.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

United Utilities Water Ltd
Thirlmere House, Lingley Mere Business Park, Lingley Green Avenue, Great Sankey
Contact point(s): Supply Chain Management Department
For the attention of: Angela Fincham and Georgina Riley
WA5 3LP Warrington
UNITED KINGDOM
Telephone: +44 1928678148
E-mail: network [email protected]

Internet address(es):

General address of the contracting entity: www.unitedutilities.com

Electronic access to information: http://uukft.uudataroom.com/login.asp (login credentials - Username: PRO001499 Password: UU (case sensitive))

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for 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)Main activity
Water
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
PRO001499 Network and Telephony Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 5: Telecommunications services
Main site or location of works, place of delivery or of performance: North West England.

NUTS code UKD

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5

Duration of the framework agreement

Duration in years: 7

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 42 560 000 GBP
II.1.5)Short description of the contract or purchase(s):
UU are seeking to procure an output based managed service agreement in respect of Fixed Telephony, WAN, Mobile Telephony Services.
Additionally UU are seeking to procure services in respect of Telephony Infrastructure, Cabling Infrastructure and Network Break-Fix (either as part of the overall managed service or via separate contracts).
The number of contracts awarded will be dependant upon the results of the scoring process and the potential number of contracts awarded ranges from 1 to 5.
II.1.6)Common procurement vocabulary (CPV)

32400000, 30237110, 32412100, 32413000, 32415000, 32421000, 32422000, 32424000, 32430000, 64212000, 79512000, 64224000, 48515000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Lot A Fixed Telephony (includes SIP trunking, inbound/NGN, inbound/outbound PSTN, audio conferencing)
Lot B WAN (includes managed WAN, WAN wires only (OT), mobile data (OT))
Lot C Mobile Telephony (includes mobile voice, private APN, mobex)
Lot D Telephony Infrastructure (includes contact centre, collaboration, back office/remote site telephony)
Lot E Cabling/Infrastructure (includes cabling installation)
Lot F Network Break Fix (includes LAN device break-fix)
Applicants may submit applications as follows:
Option A. Applicant submits applications in respect of Lots A, B and C with associated Managed Service overlay; OR
Option B. Applicant submits applications for Lots A, B, C with any combination of the other individual Lots D, E, F with associated Managed Service overlay;
OR
Option C. Applicant submits applications in respect of any combination of Lots D, E, F e.g. an individual Lot or any combination of the Lots (excluding A, B, C) or all of the applicable Lots D,E,F.
The number of contracts awarded will be dependent upon the results of the scoring process. Based upon the possible permeations of successful bids, the potential number of contracts awarded ranges from 1 to 5.
Estimated value excluding VAT: 42 560 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: For lots A, B, C, D and E the initial term is for 5 years with an option to extend up to 2 additional years.
For lot F the initial term is for 3 years with an option to extend up to 4 additional years.
The period of extension/s shall be at the sole discretion of United Utilities.
II.2.3)Information about renewals
This contract is subject to renewal: yes
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 50 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Further information is specified in the pre-qualification questionnaire. Applicants can access this through the web link provided.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
If required this will be referenced in the invitation to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Further information is specified in the pre-qualification questionnaire. Applicants can access this through the web link provided. Applicants may also wish to consider the formation of a Consortium or Joint Venture (JV).
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants are required to fully complete the pre-qualification questionnaire which can be downloaded from the following location.

http://uukft.uudataroom.com/login.asp

Username: PRO001499
Password: UU
Note both Username and Password are case sensitive.
Please note Internet Explorer is the only browser that will open the data room.

Interested parties are required to email Network [email protected] once they have downloaded the document and have decided to participate. This is so that any updates as a result of any clarification questions that could alter the pre-qualification exercise can be provided to applicants.

Applicants to also note that responses to clarifications during the pre-qualification period shall also be published via the data room, and are advised that if they wish to access such clarifications that they should access the data room regularly.
For their application to be considered applicants are required to download the questionnaire and fully respond to the questionnaire and submit their response as instructed by the due date and time specified in this notice.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Interested parties should refer to the pre-qualification questionnaire and ensure they respond accordingly. Applicants can access this through the web link provided.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Interested parties should refer to the pre-qualification questionnaire and ensure they respond accordingly. Applicants can access this through the web link provided.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
PRO001499
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.7.2015 - 17:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: UUW will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That 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 that contract in entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.6.2015

Other interesting websites