Services - 178641-2019

16/04/2019    S75

United Kingdom-Manchester: Fibre-optic materials

2019/S 075-178641

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Greater Manchester Combined Authority
Postal address: 1st Floor, Churchgate House, 56 Oxford Street
Town: Manchester
NUTS code: UKD3 Greater Manchester
Postal code: M1 6EU
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7931651662
Internet address(es):
Main address: http://www.greatermanchester-ca.gov.uk
Address of the buyer profile: http://www.greatermanchester-ca.gov.uk
I.1)Name and addresses
Official name: Transport for Greater Manchester
Postal address: 2 Piccadilly Place
Town: Manchester
NUTS code: UKD3 Greater Manchester
Postal code: M1 3BG
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7931651662
Internet address(es):
Main address: https://www.tfgm.com
Address of the buyer profile: https://www.tfgm.com
I.1)Name and addresses
Official name: Wigan Council
Postal address: Town Hall, Library Street
Town: Wigan
NUTS code: UKD3 Greater Manchester
Postal code: WN1 1YN
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7931651662
Internet address(es):
Main address: https://www.wigan.gov.uk
Address of the buyer profile: https://www.wigan.gov.uk
I.1)Name and addresses
Official name: Trafford Council
National registration number: Trafford Town Hall
Postal address: Trafford Town Hall, Talbot Road
Town: Stretford
NUTS code: UKD3 Greater Manchester
Postal code: M32 OTH
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7931651662
Internet address(es):
Main address: https://www.trafford.gov.uk
Address of the buyer profile: https://www.trafford.gov.uk
I.1)Name and addresses
Official name: Rochdale Borough Council
Postal address: Floor 2, Number One Riverside, Smith Street
Town: Rochdale
NUTS code: UKD3 Greater Manchester
Postal code: OL16 1XU
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7931651662
Internet address(es):
Main address: https://www.rochdale.gov.uk
Address of the buyer profile: https://www.rochdale.gov.uk
I.1)Name and addresses
Official name: Oldham Council
Postal address: Civic Centre, West Street
Town: Oldham
NUTS code: UKD3 Greater Manchester
Postal code: OL1 1UH
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7931651662
Internet address(es):
Main address: https://www.oldham.gov.uk
Address of the buyer profile: https://www.oldham.gov.uk
I.1)Name and addresses
Official name: Stockport Council
Postal address: Fred Perry House, Edward Street
Town: Stockport
NUTS code: UKD3 Greater Manchester
Postal code: SK1 3XE
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7931651662
Internet address(es):
Main address: https://www.stockport.gov.uk
Address of the buyer profile: https://www.stockport.gov.uk
I.1)Name and addresses
Official name: Salford Council
Postal address: Civic Centre, Swinton
Town: Manchester
NUTS code: UKD3 Greater Manchester
Postal code: M27 5AW
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7931651662
Internet address(es):
Main address: https://www.salford.gov.uk
Address of the buyer profile: https://www.salford.gov.uk
I.1)Name and addresses
Official name: Bury Council
Postal address: 3 Knowlsey Place
Town: Bury
NUTS code: UKD3 Greater Manchester
Postal code: BL9 OEJ
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7931651662
Internet address(es):
Main address: https://www.bury.gov.uk
Address of the buyer profile: https://www.bury.gov.uk
I.1)Name and addresses
Official name: Bolton Council
Postal address: Town Hall
Town: Bolton
NUTS code: UKD3 Greater Manchester
Postal code: BL1 1RU
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7931651662
Internet address(es):
Main address: https://www.bolton.gov.uk
Address of the buyer profile: https://www.bolton.gov.uk
I.1)Name and addresses
Official name: Manchester City Council
Postal address: Town Hall
Town: Manchester
NUTS code: UKD3 Greater Manchester
Postal code: M60 2LA
Country: United Kingdom
Contact person: Mr Chris Founds
E-mail: christopher.founds@tfgm.com
Telephone: +44 7391651662
Internet address(es):
Main address: https://www.manchester.gov.uk
Address of the buyer profile: https://www.manchester.gov.uk
I.2)Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Advert/Index?advertId=fa3ebe67-fe55-e911-80f3-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Advert/Index?advertId=fa3ebe67-fe55-e911-80f3-005056b64545
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Greater Manchester Local Full Fibre Network Programme

Reference number: DN400805 and 2019/S 067-157089
II.1.2)Main CPV code
32560000 Fibre-optic materials
II.1.3)Type of contract
Services
II.1.4)Short description:

The Greater Manchester Combined Authority and the LAs across GM currently run ICT services over a combination of WAN's utilising a wide range of underlying connectivity circuits. To improve the value, flexibility, and future-proofing of these arrangements, the LAs are looking to procure the design, implementation, maintenance and support, including a minimum 20 year right of use of dark fibre connectivity, or dark fibre virtual equivalent circuits. This will provide unlimited capacity dedicated fibre connectivity to as many LA public sites and assets in the region. The LAs will continue to be able to procure their WAN connectivity from existing Suppliers when required. These services will be delivered over the connectivity achieved through this contract. Simultaneous confirmed contracts will be awarded under each Framework Agreement as described in the tender documents which will collectively connect over 1300 sites across Greater Manchester.

II.1.5)Estimated total value
Value excluding VAT: 32 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Subject to tenderers demonstrating resilience in terms of capacity and capability the following lots or groups of lots may be combined:

— Framework Lot 1: The Northern Arc localities, and

— Framework Lot 2: The Southern Arc localities. The framework authority requires compelling solutions and significant assurances from any Supplier bidding both Lots that delivery capacity can be achieved.

II.2)Description
II.2.1)Title:

Framework Lot 1: The Northern Arc (which includes confirmed contracts for Wigan, Bolton, Bury, Oldham, Rochdale and GMCA)

Lot No: 1
II.2.2)Additional CPV code(s)
32420000 Network equipment
32560000 Fibre-optic materials
45232300 Construction and ancillary works for telephone and communication lines
45232332 Ancillary works for telecommunications
50332000 Telecommunications-infrastructure maintenance services
71316000 Telecommunication consultancy services
II.2.3)Place of performance
NUTS code: UKD3 Greater Manchester
Main site or place of performance:

Wigan, Bolton, Bury, Rochdale and Oldham.

II.2.4)Description of the procurement:

The requirements for this contract are as detailed in the main tender document description.

It is proposed that a Framework Agreement will be established with up to 2 suppliers. A single supplier will be awarded to each framework lot. At the same time simultaneous confirmed contracts will be awarded to the supplier, for each Contracting Authority within each framework lot. The procurement will be a competitive procedure with negotiation and further details will be defined in the tender documents. The evaluation criteria will be a combination of qualitative technical and cost commercial submissions, including maximising the potential number of sites to be connected across Greater Manchester. In summary there will be a supplier selection process, followed by an invitation to submit initial tenders for up to 5 shortlisted tenderers for each framework lot. Following further evaluation, up to 3 tenderers for each framework lot may then be invited to further negotiation sessions and a final revised tender will then be requested and evaluated before award. The contract is anticipated to commence in September 2019 and works will be delivered such that the Government funding contributions are required to be expended before 31.3.2021, with Local Authority match contribution completing before and after this date.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Technical requirements / Weighting: 40
Price - Weighting: 60
II.2.6)Estimated value
Value excluding VAT: 18 178 421.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 27/09/2019
This contract is subject to renewal: yes
Description of renewals:

The confirmed contracts will outlive the Framework Agreement, however the Framework Authority may extend the Framework Agreement for up to 24 months, incrementally over 12 month periods.

II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

There will be an open supplier selection/qualification process, after which the highest 5 scoring and qualified tenderers will be invited to submit initial tenders. Following receipt of initial tenders, a further evaluation will be undertaken against the criteria described in the tender documents and, the highest 3 scoring tenderers may then be invited for further negotiation sessions. If required, a final revised tender will be invited and will be subject to re-evaluation, before an award is confirmed.

This will apply for both framework lots.

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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Framework Lot 2: The Southern Arc (which includes Confirmed Contracts for Salford, Stockport, Trafford, Manchester and GMCA)

Lot No: 2
II.2.2)Additional CPV code(s)
32420000 Network equipment
32560000 Fibre-optic materials
45232300 Construction and ancillary works for telephone and communication lines
45232332 Ancillary works for telecommunications
50332000 Telecommunications-infrastructure maintenance services
71316000 Telecommunication consultancy services
II.2.3)Place of performance
NUTS code: UKD3 Greater Manchester
Main site or place of performance:

Stockport, Trafford, Salford and Manchester.

II.2.4)Description of the procurement:

The requirements for this contract are as detailed in the main tender document description.

It is proposed that a Framework Agreement will be established with up to 2 suppliers. A single supplier will be awarded to each framework lot. At the same time simultaneous confirmed contracts will be awarded to the supplier, for each Contracting Authority within each framework lot. The procurement will be a competitive procedure with negotiation and further details will be defined in the tender documents. The evaluation criteria will be a combination of qualitative technical and cost commercial submissions, including maximising the potential number of sites to be connected across Greater Manchester. In summary there will be a supplier selection process, followed by an invitation to submit initial tenders for up to 5 shortlisted tenderers for each framework lot. Following further evaluation, up to 3 tenderers for each framework lot may then be invited to further negotiation sessions and a final revised tender will then be requested and evaluated before award. The contract is anticipated to commence in September 2019 and works will be delivered such that the Government funding contributions are required to be expended before 31.3.2021, with Local Authority match contribution completing before and after this date.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Technical requirements / Weighting: 40
Price - Weighting: 60
II.2.6)Estimated value
Value excluding VAT: 13 777 081.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 27/09/2019
This contract is subject to renewal: yes
Description of renewals:

The confirmed contracts will outlive the Framework Agreement, however the Framework Authority may extend the Framework Agreement for up to 24 months, incrementally over 12 month periods.

II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

There will be an open supplier selection/qualification process, after which the highest 5 scoring and qualified tenderers will be invited to submit initial tenders. Following receipt of initial tenders, a further evaluation will be undertaken against the criteria described in the tender documents and, the highest 3 scoring tenderers may then be invited for further negotiation sessions. If required, a final revised tender will be invited and will be subject to re-evaluation, before an award is confirmed.

This will apply for both framework lots.

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
II.2.14)Additional information

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
III.2.2)Contract performance conditions:

Contained within Schedules 2, 3, 9, 11 and 12 of the tender documents.

Additionally tenderers attention is to be drawn to the requirement for spending (physical works completed) the allocated DCMS Grant Funded element of the overall project, before 31.3.2021. This should feature highly in any response to be returned by tenderers and the Framework Authority and Contracting Authorities will evaluate responses received against the achievability and deliverability of this requirement.

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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
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 several operators
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:

Th Framework Authority and Contracting Authorities intend to award the framework agreements and confirmed contracts simultaneously. Whilst the Framework Authority intends all work to be completed through the Confirmed Contracts, it reserves the right that additional Contracts could be instructed by named parties at a later stage and hence require the Framework agreements to be extended.

IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the 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: 2019/S 067-157089
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 24/06/2019
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 27/05/2019
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
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Greater Manchester Combined Authority
Postal address: 1st Floor, Churchgate House, 56 Oxford Street
Town: Manchester
Postal code: M1 6EU
Country: United Kingdom
E-mail: Liz.Treacy@greatermanchester-ca.gov.uk
VI.5)Date of dispatch of this notice:
12/04/2019