UK-Swindon: Telecommunications network.

UK-Swindon: Telecommunications network.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867000, Email: corporateprocurement@ukri.org
Contact: Corporate Procurement
Main Address: www.ukri.org
NUTS Code: UKK14

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Research

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: UKRI-1614 VC/AC Supply and Service
Reference number: Not Provided

II.1.2) Main CPV code:
32412100 - Telecommunications network.


II.1.3) Type of contract: SUPPLIES

II.1.4) Short description: This is a Call-Off Contract Award Notice for the requirement of VC/AV Supply & Services. This was procured via further competition under the existing Crown Commercial Services Framework Agreement RM3808 Network Services 2 – Lot 10: Unified communications, Lot 9: Audio conferencing services, Lot 8: Video conferencing services and Lot 1: Data access services.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 7,500,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
32420000 - Network equipment.
48210000 - Networking software package.
48515000 - Video conferencing software package.
51310000 - Installation services of radio, television, sound and video equipment.
72212515 - Video conferencing software development services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: This is a Call-Off Contract Award Notice for the requirement of VC/AV Supply & Services. This was procured via further competition under the existing Crown Commercial Services Framework Agreement RM3808 Network Services 2 – Lot 10: Unified communications, Lot 9: Audio conferencing services, Lot 8: Video conferencing services and Lot 1: Data access services.

II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 75

Cost criterion - Name: Price / Weighting: 25


II.2.11) Information about options
Options: Yes
Description of these options:There is an option to extend the contract for 2 (two) further 1 (one) year periods (1 year + 1 year) and to extend the value by £2M.The maximum value for this Contract over the total potential 5 year term shall not exceed £9,500,000.00 (excluding VAT).

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: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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
Not Provided


IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: UKRI-1614
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 29/03/2022

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Logicalis UK Ltd, 03732397
Part 6th Floor (West), The Urban Building,, 3 – 9 Albert Street, Slough, SL1 2BE, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 7,500,000
Total value of the contract/lot: 7,500,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=682300421

VI.4) Procedures for review

VI.4.1) Review body
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, United Kingdom
Tel. +44 1793867000, Email: commercial@ukri.org

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 25/04/2022




ANNEX D

2. Other justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union

The procurement falls outside the scope of application of the directive: Yes

3. Explanation
This procurement was managed as a fully compliant competition via the Crown Commercial Services Network Services 2 framework, reference RM3808.This framework is fully compliant with all applicable procurement regulation and legislation at the time of creation. Use of the framework through the use of further competition remains compliant with those same regulations.