Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UK
Telephone: +44 2920879648
E-mail: Paynterjk@cardiff.ac.uk
NUTS: UKL
Internet address(es)
Main address: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Structured Network Cabling Framework Agreement
Reference number: CU.999.JP
II.1.2) Main CPV code
32421000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The aim of the procurement process is to establish a framework agreement with one appointed supplier for the provision of copper and fibre optic network Infrastructure cabling, and associated hardware and civils works.
The requirement is for bidders to provide and install network cabling (copper and fibre), any associated civils works, associated passive equipment, the deployment of active network equipment, and is also for the supply of equipment as defined by Cardiff University’s Network Cabling Standards
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
750 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
32421000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff University
II.2.4) Description of the procurement
The aim of the procurement process is to establish a framework agreement with one appointed supplier for the provision of copper and fibre optic network Infrastructure cabling, and associated hardware and civils works.
The requirement is for bidders to provide and install network cabling (copper and fibre), any associated civils works, associated passive equipment, the deployment of active network equipment, and is also for the supply of equipment as defined by Cardiff University’s Network Cabling Standards
The supply of cabling & equipment for the installation and associated surveys to support the expansion and day to day operation of the Data Network Infrastructure.
The installation and patching of active equipment such as network switches / wireless access points / VoIP handsets
The physical patching of horizontal and backbone cabling into active network equipment and installing interconnect links between passive and active network cabinets as requested.
The supply of cabling & equipment for the installation, civil works and associated configuration to support the expansion and day to day operation of the Backbone Network Infrastructure.
Project Management and services required to deploy and support the deployment/expansion of Fibre Optic cabling across the University’s Campus including fibre provisioning.
Fibre installation can be single mode or multimode fibre and includes inter building deployment and intra building deployment across the University estate. Both traditional and Blown Fibre solutions installations would be required depending on project requirements.
Civil works necessary to support inter building fibre deployments – including the negotiation and provision of any necessary civil works permits/street works licenses
Account management for the duration of the project.
Suppliers must provide documentation updates. These include test results, work logs, project reports, and onsite update of the AutoCAD documentation held by the University.
Supply and installation of network cabinets, frames, or racks.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Cost criterion: Cost
/ Weighting: 40%
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 022-122421
Section V: Award of contract
Contract No: CU.999.JP
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/10/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
IKM Network Communications Ltd
Intec House, St. Nicholas Close
Fleet
GU514JA
UK
Telephone: +44 1252365700
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The procurement documents will be available via In-tend until 12 Noon, 25th July 2022 then access will be closed.
Site visits are a mandatory requirement and will take place W/C 1st Aug 2022, Full details are contained
in the ITT documents.
All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.
The University reserves the right to award the contract in whole or in part.
The University reserves the right to annul the tendering process and not award any contract.
All documents to be priced in GBP and all payments made in GBP.
All documents to be priced in GBP excluding VAT
(WA Ref:125629)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
14/10/2022