web-banner-marketing2

Market Leads & Opportunities

UK-London: Network components.

Type of document: Contract award
Country: United Kingdom

UK-London: Network components.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
The Corporation of Trinity House
Trinity Square, Tower Hill, London, EC3N 4DH, United Kingdom
Tel. +44 1255245098, Email: etender@trinityhouse.co.uk
Main Address: www.trinityhouse.co.uk
NUTS Code: UK

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: Lighthouse Authority

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: T0457 – Trinity House Core Network Refresh
Reference number: T0457

II.1.2) Main CPV code:
32422000 – Network components.

II.1.3) Type of contract: SUPPLIES

II.1.4) Short description: The purpose of this tender process is to identify an organisation who can provide Trinity House with the required equipment to upgrade their Cisco network infrastructure.

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 246,550.87

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

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: The purpose of this tender process is to identify an organisation who can provide Trinity House with the required equipment to upgrade their Cisco network infrastructure.

II.2.5) Award criteria:
Quality criterion – Name: Product availability and the ability of the tenderer to meet requirements stated within the specification of requirement, including warranty, service periods and project management. / Weighting: 35
Quality criterion – Name: Ability to trade in redundant equipment and offer made for this redundant equipment. / Weighting: 10
Quality criterion – Name: (1) Confirm acceptance of the CP4 Terms and Conditions (Appendix A), or (2) provide a schedule of proposed amendments to the CP4 Terms and Conditions / Weighting: 5

Cost criterion – Name: Financial proposal, including overall costs, costs for any support and maintenance such as hardware maintenance, including SLA service levels. / Weighting: 50

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: Not Provided

Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Open

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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 180-435814

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: C1139
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: 24/12/2020

V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 8 (SME – as defined in Commission Recommendation 2003/361/EC)
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: 11

V.2.3) Name and address of the contractor

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

Contractor (No.1)
REDCENTRIC SOLUTIONS LTD, 08322856
CENTRAL HOUSE, OTLEY ROAD, HARROGATE, HG3 1UF, United Kingdom
Tel. +44 8009832522, Email: sayhello@redcentricplc.com
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: 246,550.87
Total value of the contract/lot: 246,550.87
Currency: GBP

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

Section VI: Complementary information

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.
To view this notice, please click here:

VI.4) Procedures for review

VI.4.1) Review body
The Corporation of Trinity House
Trinity Square, Tower Hill, London, EC3N 4DH, United Kingdom
Tel. +44 1255245098, Email: etender@trinityhouse.co.uk
Internet address: www.trinityhouse.co.uk

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: 30/12/2020