Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Mercian Trust
Sutton Road
Walsall
WS1 2PG
UK
Telephone: +44 1922211388
E-mail: info@themerciantrust.org
NUTS: UKG3
Internet address(es)
Main address: https://www.themerciantrust.org/
Address of the buyer profile: https://www.themerciantrust.org/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://suppliers.multiquote.com
Additional information can be obtained from another address:
The Mercian Trust
Sutton Road
Walsall
WS1 2PG
UK
Telephone: +44 1922211388
E-mail: info@themerciantrust.org
NUTS: UKG3
Internet address(es)
Main address: https://www.themerciantrust.org/
Address of the buyer profile: https://www.themerciantrust.org/
Tenders or requests to participate must be sent electronically to:
https://suppliers.multiquote.com
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
The Mercian Trust ITT for Communications, Security & VoIP
Reference number: CA14941 -
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Mercian Trust wishes to engage a single contractor to supply a Communications, Security & VoIP service and associated project implementation and training services across all sites within the Trust.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32430000
80200000
80100000
32500000
32420000
80400000
32412000
II.2.3) Place of performance
NUTS code:
UKG38
Main site or place of performance:
Walsall
II.2.4) Description of the procurement
The Mercian Trust wishes to engage a single contractor to supply a Communications, Security & VoIP service and associated project implementation and training services across all sites within the Trust. The Procurement will be overseen by CPC with support from Moxton Education Ltd and will be a full 2 stage FTS Procedure conducted in accordance with the restricted procedure under the Public Contract Regulations (2015).
Note: Variant bids will not be accepted.
Note: The ITT has been included in stage one of the process for information only.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 66
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
It is known or anticipated that there are a large number of providers in the market, the Contracting Authority has limited resource to evaluate tenders. The Selection Criteria to be used to restrict the number of tenders can be found in the SQ documentation.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
66 month(s) from the commencement date, with 60 initial month(s) and option to extend 1x6 month(s)
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards required:
Minimum Turnover: £3m
Minimum Insurance Levels: £5m PL & EL
£2m PII, PLI & CLI
III.1.3) Technical and professional ability
List and brief description of selection criteria:
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards required:
Please refer to the SQ document for the Minimum levels required’
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
02/01/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) – any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
VI.4) Procedures for review
VI.4.1) Review body
Tenet Education
Procurement House, Unit 23 Leslie Hough Way
Salford, Manchester
M6 6AJ
UK
Telephone: +44 7904236997
E-mail: raymond.wiffen@tenetservices.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).
VI.5) Date of dispatch of this notice
29/11/2024