Tender

Luminate Education Group - Preferred Infrastructure Provider

LEEDS CITY COLLEGE

This public procurement record has 4 releases in its history.

TenderAmendment

28 Jun 2021 at 15:50

TenderAmendment

28 Jun 2021 at 15:50

TenderAmendment

23 Jun 2021 at 13:35

Tender

23 Jun 2021 at 13:33

Summary of the contracting process

The Leeds City College is launching a tender titled "Luminate Education Group - Preferred Infrastructure Provider" for the provision and installation of infrastructure services for the Luminate Education Group. This procurement is classified under the services category, specifically focused on data-transmission cables (CPV Code: 32581100). The open procurement process will conclude on 16 July 2021, with the contract expected to commence on 1 August 2021 and run for a period of 24 months, with an option for a 12-month extension. Interested suppliers must submit their applications using the In-Tend eProcurement system.

This tender represents a significant opportunity for SMEs specialising in infrastructure services, particularly those providing data cabling, IT rack systems, and networking equipment. Businesses that excel in delivering installation and maintenance services for telecommunications infrastructure will find this tender suitable. The requirement for flexible, as-needed installations means potential suppliers can compete based on their expertise in custom solutions and responsiveness. Regular monthly reviews during the contractual period indicate a strong emphasis on service quality, which could lead to further business opportunities for successful contractors.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Luminate Education Group - Preferred Infrastructure Provider

Notice Description

Luminate Education Group ('the Group') is seeking to appoint a preferred Infrastructure supplier for a period of 24 months with a possible 12 month extension. Infrastructure requirements to include the supply and installation to all members of 'The Group' and include (but not be limited to) the below: Fixed copper (BrandRex / Leviton & Draka) and fibre (BrandRex / Leviton) - Please see Appendix C 'Cabling Installation classifications' for further information Ritall specification 'IT Rack Systems' to include where identified; power distribution, cooling, monitoring, security, fire suppression and modular data centre solutions - Please see Appendix C 'Detailed Specification' for further information Extreme Switching Platform (Core, Distribution and Edge) - Please see Appendix C 'Detailed Specification' for further information Arista and Extreme Wireless Platform - Please see Appendix C 'Detailed Specification' for further information All agreed installations will (where necessary) entail a site survey to determine logistics and exact infrastructure requirement, provision, installation, commissioning, and relevant testing of such. There will be no minimum or set numbers of installations attached to this agreement, infrastructure installations and any associated hardware will be requested 'as and when' required. Given the nature of the requirement, and current infrastructure deployed across the Group estate, alternative manufacturers equipment other to that stipulated will not accepted. Scheduled monthly review meeting will be undertaken throughout the length of the agreed contractual period. The period a preferred Infrastructure provider will remain in place is from 01 August 2021 to 31 July 2023. There will be a single (one time) option to renew for a further 12-month period following directly from this, dependent upon review of service provided. Additional information: All submissions must be returned through our online eProcurement tool, In-Tend. Details of which can be found at this link. https://in-tendhost.co.uk/educationportal/aspx/ProjectManage/329 Delivery Notes There is no requirement to provide a duplicate hard copy submission. Is a Recurrent Procurement Type? : No

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-65534603-fe1e-42e7-bbf4-ee92fb0fe08f
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/770ac6ab-69c0-423a-9b7a-5de21eb54e42
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment


CPV Codes

32581100 - Data-transmission cable

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jun 20214 years ago
Submission Deadline
16 Jul 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Aug 2021 - 31 Jul 2023 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LEEDS CITY COLLEGE
Contact Name
Paul Emmett
Contact Email
paul.emmett@luminate.ac.uk
Contact Phone
0113 386 1997

Buyer Location

Locality
LEEDS
Postcode
LS3 1AA
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
Not specified

Local Authority
Leeds
Electoral Ward
Little London & Woodhouse
Westminster Constituency
Leeds Central and Headingley

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-65534603-fe1e-42e7-bbf4-ee92fb0fe08f-2021-06-28T16:50:18+01:00",
    "date": "2021-06-28T16:50:18+01:00",
    "ocid": "ocds-b5fd17-65534603-fe1e-42e7-bbf4-ee92fb0fe08f",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "LEG T007",
        "title": "Luminate Education Group - Preferred Infrastructure Provider",
        "description": "Luminate Education Group ('the Group') is seeking to appoint a preferred Infrastructure supplier for a period of 24 months with a possible 12 month extension. Infrastructure requirements to include the supply and installation to all members of 'The Group' and include (but not be limited to) the below: Fixed copper (BrandRex / Leviton & Draka) and fibre (BrandRex / Leviton) - Please see Appendix C 'Cabling Installation classifications' for further information Ritall specification 'IT Rack Systems' to include where identified; power distribution, cooling, monitoring, security, fire suppression and modular data centre solutions - Please see Appendix C 'Detailed Specification' for further information Extreme Switching Platform (Core, Distribution and Edge) - Please see Appendix C 'Detailed Specification' for further information Arista and Extreme Wireless Platform - Please see Appendix C 'Detailed Specification' for further information All agreed installations will (where necessary) entail a site survey to determine logistics and exact infrastructure requirement, provision, installation, commissioning, and relevant testing of such. There will be no minimum or set numbers of installations attached to this agreement, infrastructure installations and any associated hardware will be requested 'as and when' required. Given the nature of the requirement, and current infrastructure deployed across the Group estate, alternative manufacturers equipment other to that stipulated will not accepted. Scheduled monthly review meeting will be undertaken throughout the length of the agreed contractual period. The period a preferred Infrastructure provider will remain in place is from 01 August 2021 to 31 July 2023. There will be a single (one time) option to renew for a further 12-month period following directly from this, dependent upon review of service provided. Additional information: All submissions must be returned through our online eProcurement tool, In-Tend. Details of which can be found at this link. https://in-tendhost.co.uk/educationportal/aspx/ProjectManage/329 Delivery Notes There is no requirement to provide a duplicate hard copy submission. Is a Recurrent Procurement Type? : No",
        "datePublished": "2021-06-23T14:33:46+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "32581100",
            "description": "Data-transmission cable"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "LS3 1AA"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "LS3 1AA"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "LS3 1AA"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "LS3 1AA"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2021-07-16T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-08-01T01:00:00+01:00",
            "endDate": "2023-07-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/770ac6ab-69c0-423a-9b7a-5de21eb54e42",
                "datePublished": "2021-06-23T14:33:46+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2021-06-28T16:50:18+01:00"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-161943",
            "name": "Leeds City College",
            "identifier": {
                "legalName": "Leeds City College"
            },
            "address": {
                "streetAddress": "Leeds City College, Park Lane",
                "locality": "Leeds",
                "postalCode": "LS3 1AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Paul Emmett",
                "email": "paul.emmett@luminate.ac.uk",
                "telephone": "0113 386 1997"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-161943",
        "name": "Leeds City College"
    }
}