Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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:
Superfast Essex Phase 4a (Phase 4, Tranche 1).
Reference number: O-S 0559
II.1.2)Main CPV code
64200000
II.1.3)Type of contract
Services
II.1.4)Short description:
Essex County Council is seeking to appoint one or several partners to deliver Phase 4a (Phase 4, Tranche 1) of its Superfast Essex broadband programme. Superfast Essex is part of the UK national broadband initiative overseen by DCMS. ECC has successfully completed its Phase 1 rollout and is currently implementing Phases 2 and 3. Using a mixture of project implementation savings from previous phases, subsidy clawback from existing delivery contracts, new funding from Essex districts and new grant funding, Phase 4 aims to:
(a) ensure more than 99 % of all fixed addresses in the county have access to superfast broadband;
(b) complete the rollout by December 2021;
(c) make effective use of project savings and external funding sources to avoid the need for new ECC capital funding.
This procurement is split into 3 lots comprising Epping Forest District, Basildon District and Braintree District.
The estimated total value of Phase 4a across all three lots is between 2 000 000 GBP and 5 500 000 GBP.
II.1.5)Estimated total value
Value excluding VAT: 5 500 000.00 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: 3
II.2)Description
II.2.2)Additional CPV code(s)
64200000
32412000
32412100
32412110
32420000
32424000
32425000
32500000
32510000
32520000
32521000
32522000
32523000
32524000
32530000
32562100
32562200
32562300
32570000
32571000
32572000
45000000
45231600
45232300
45232332
45232340
45314000
45314300
45314310
50330000
50332000
50334400
51000000
51300000
64210000
64227000
65300000
71316000
72220000
72222000
72315000
72400000
79340000
79342000
II.2.3)Place of performance
NUTS code: UKH3
Main site or place of performance:
II.2.4)Description of the procurement:
This lot comprises the geographical area within the administrative boundaries of Epping Forest district. The district is situated on the border between Essex and Greater London and contains a mixture of semi-urban and rural areas. The district also includes a large part of Epping Forest, a former royal forest now managed by the City of London Corporation, which is a Site of Special Scientific Interest.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 900 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
Please note the value stated against this lot is an estimated value only.
II.2)Description
II.2.2)Additional CPV code(s)
64200000
32412000
32412100
32412110
32420000
32424000
32425000
32500000
32510000
32520000
32521000
32522000
32523000
32524000
32530000
32562100
32562200
32562300
32570000
32571000
32572000
45000000
45231600
45232300
45232332
45232340
45314000
45314300
45314310
50330000
50332000
50334400
51000000
51300000
64210000
64227000
65300000
71316000
72220000
72222000
72315000
72400000
79340000
79342000
II.2.3)Place of performance
NUTS code: UKH3
Main site or place of performance:
II.2.4)Description of the procurement:
This lot comprises the geographical area with in the administrative boundaries of Basildon district. Located on the border between Greater London and Essex, and neighbouring Epping Forest District — the area covered by Lot 1, Basildon district is a largely urban or semi-urban area with a high concentration of business premises.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 800 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
Please note the value stated against this lot is an estimated value only.
II.2)Description
II.2.2)Additional CPV code(s)
64200000
32412000
32412100
32412110
32420000
32424000
32425000
32500000
32510000
32520000
32521000
32522000
32523000
32524000
32530000
32562100
32562200
32562300
32570000
32571000
32572000
45000000
45231600
45232300
45232332
45232340
45314000
45314300
45314310
50330000
50332000
50334400
51000000
51300000
64210000
64227000
65300000
71316000
72220000
72222000
72315000
72400000
79340000
79342000
II.2.3)Place of performance
NUTS code: UKH3
Main site or place of performance:
II.2.4)Description of the procurement:
This lot comprises the geographical area within the administrative boundaries of Braintree district. The district is situated at the border between Essex and Suffolk. Outside the district town of Braintree and the surrounding area, the district contains many rural areas. Its key positioning between the M11 and Stansted airport in the neighbouring district of Uttlesford to the West and port of Harwich in the eastern Essex district of Tendring makes it an attractive business and employment location.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 800 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
Please note the value stated against this lot is an estimated value only.
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
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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 04/01/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 04/01/2018
Local time: 12:00
Place:
Essex County Council, Chelmsford.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For this procurement exercise Essex County Council will be using the BIP Delta eSourcing portal https://www.delta-esourcing.com and all communications with Essex County Council relating to this procurement exercise must be via the portal message facility. It is recommended that any bidder not already registered with BIP Delta eSourcing should register at the earliest opportunity.
Further information on Superfast Essex can be found on the programme website www.superfastessex.org
The following deadlines apply to this tender exercise:
Expression of Interest submission: 17.11.2017
Code of Conduct submission: 17.11.2017
Tender submission: 12:00 on 4.1.2018 (see section IV.2.2 of this Contract Notice)
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Telecommunications-services./98TR82597E
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/98TR82597E
GO Reference: GO-20171013-PRO-11195283.
VI.4)Procedures for review
VI.4.1)Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
13/10/2017