web-banner-marketing2

Market Leads & Opportunities

Supply and Delivery of a 5G network

Type of document: Contract Notice
Country: United Kingdom

Section I: Contracting authority
I.1) Name and addresses
Official name: University of Strathclyde
Postal address: 40 George Street, Procurement Department
Town: Glasgow
Postal code: G1 1QE
Country: United Kingdom
Telephone: +44 1415484451
Email: jen.robertson@strath.ac.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submit
electronically via:
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: Supply and Delivery of a 5G network

Reference number: UOS-18299-2022
II.1.2) Main CPV code: 32000000
II.1.3) Type of contract:
SUPPLIES
II.1.4) Short Description:
Founded by the University of Strathclyde, Scottish Power Energy Networks and SSE Power Distribution, with support from Scottish Enterprise and the Scottish Funding Council, the Power Networks Demonstration Centre (PNDC), recently secured funding from Transport Scotland to create a low carbon transport and propulsion systems hub as part of the broader whole energy systems capability that will focus on the testing and de-risking of integrated low and zero emission transport systems in the whole system context. The funding grant makes up part of a wider project where the Scottish Government intend to work with partners to deliver its actions to change the culture so that electric vehicles (EVs) are preferred to petrol and diesel vehicles.
The electrification of transport places increased demands on managing electricity distribution networks, and with that, significantly enhanced communications capability. It represents a significant step in the change to decarbonisation and reducing the use of fossil fuels such as these used in petrol and diesel vehicles. Such a change will present an overall increase and particularly extremely localised electrical demand when charging vehicles. Coordinating these rapid change in electrical demand requires a secure, reliable and fast communication network, such that electrical generation can match demand. This test 5G network will enable testing various communication architectures to enable this transition.
This equipment will be additional to the current infrastructure at PNDC and must be connected to provide the enhanced capability.

II.1.5) Estimated total value:
Value excluding VAT: 120000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
32412100, 32000000, 32500000, 32510000, 32520000, 32522000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
PNDC – Power Networks Demonstration Centre

II.2.4) Description of the procurement:

As part of the test centre, coordinating a rapid change in electrical demand requires a secure, reliable and fast communication network, such that electrical generation can match demand. This test 5G network will enable testing various communication architectures to enable this transition.
This equipment will be additional to the current infrastructure at PNDC and must be connected to provide the enhanced capability.

II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/Weighting:60
Price – Weighting:40
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options yes
Description of options:
The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer, either intended as partial replacement of supplies or
installations or as extensions of existing supplies and installations.

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.1.2) Economic and financial standing
List and brief description of selection criteria:
4B.1.2 Turnover
Bidders will be required to have an average yearly turnover of a minimum of 200,000 GBP for the last 3 (three) years, to ensure the University is protected from any unforeseen financial risks that may impact the supplier or supply chain.
4B.5.1a – 4B.5.3 Insurances
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded:
contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10,000,000.00 GBP
Public and Product Liability Insurance = 10,000,000.00 GBP
Professional Risk Indemnity Insurance = NOT USED
In respect of any one incident and unlimited as to number of claims, and adequate insurances covering all the Contractor’s other liabilities in terms of the Contract.

III.1.3) Technical and professional ability:
List and brief description of selection criteria:
List and brief description of selection criteria:
4c.1.2 – Bidders will be required to provide examples that demonstrate that they have the relevant experience to supply the Equipment as described in part II.the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-03-11 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitEN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2022-03-11 Local time: 12:00 Place:
Glasgow

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
(SC Ref:684758)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Glasgow Sheriff Court
Postal address: 0/1 201 Netherton Road
Town: Glasgow
Postal code: G13 1BH
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations
2015(SSI2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice:2022-02-25