Ministry or any other national or federal authority, including their regional or local subdivisions
Lot No: 1
II.2.1) Title
Data Access Services
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 Data Access Services, including Wide Area Networks (WAN) is for the provision of connectivity services enabling site-to-site or site-to-cloud interconnectivity.
The Primary Services are:
a) Wide area connectivity for the provision of a managed or unmanaged point-to-point data-only connection.
b) Wide area connectivity for the provision of a managed or unmanaged point-to-internet/cloud dataonly connection
The scope of this Lot includes technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 1, including but not limited to:
a) design, survey, build, management, support and maintenance for Lot 1 services;
b) unmanaged dark connectivity;
c) terrestrial, fibre, wireless and satellite solutions;
d) data networking equipment;
e) software-defined networking (SD WAN);
F) individual or multiple data connectivity circuits;
g) connectivity to support voice services (e.g. PSTN and IP;)
h) network related security and access control solutions including but not limited to provision of security equipment;
i) domain name resolution services;
j) support for classes and/or qualities of service (COS/QOS) and flexible bandwidth option;and
k) closed user groups and virtual private networks;
l) Internet Service Providers (ISP) and Internet services & gateways, including;
i) internet access, transit and ISP peering solutions
ii) broadband routing and performance monitoring tools (including user self-test speed detection and
Reporting)
iii) home and teleworker service packages, including remote access solutions
vi) e-mail and website services as part of ISP service
v) co-location and hosting – but only as part of ISP service
vi) on-line storage as part of ISP service (i.e.; not SAN solutions or components)
The Ancillary Services for this Lot 1 are optional Services that enhance or otherwise supplement or
Support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to ten (10) years (120 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
The conclusion of Framework Contract(s) was be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 85
Price
/ Weighting:
15
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
The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).
Call-offs 3 to 10 years dependent upon the service and order procedure. Direct award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.
Lot No: 2
II.2.1) Title
Local Connectivity Services
II.2.2) Additional CPV code(s)
32000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 Local Connectivity Services, is for the provision of single site connectivity services, including local area networks (LAN) enabling interconnectivity
The Primary Services are;
a) Local area network (LAN) connectivity services, constrained to a single site, multiple sites in the same locale, campus sites and metropolitan area sites enabling a user to consume a locally hosted
Service
b) Local connectivity services to connect an end user device to a local service.
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 2, including but not limited to;
a) design, survey, build, management, support and maintenance for Lot 2 Services;
b) wired and/or wireless solutions;
c) local area network (LAN) equipment and/or cabling and/or storage area network (SAN) equipment;
d) LAN power solution and managed equipment room;
e) local infrastructure audit and/or testing services (such as asset management tools);
f) environmental and local access control solution;
g) specialist security and/or operational management and/or monitoring solutions, including cloud based solutions; and
h) optimal equipment operation services (such as air conditioning, fire suppression and power consumption management).
The Ancillary Services for this Lot 2 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition
Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to ten (10) years (120 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 85
Price
/ Weighting:
15
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
The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).
Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.
Lot No: 3
II.2.1) Title
Traditional Telephony Services
II.2.2) Additional CPV code(s)
32000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 3 is for the provision of traditional telephony, enabling voice services
The Primary Services are;
a) Voice services enabling a Buyer’s local traditional telephony equipment to be connected to the PSTN,
Enabling a user to make and receive telephone calls.
b) The ability to connect local exchange equipment to a Telco carrier exchange enabling a user to make and receive telephone calls.
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 3, including but not limited to;
a) design, survey, build, management, support and maintenance for Lot 3 services;
b) the adoption/on-boarding and management/maintenance of existing legacy equipment estates;
c) the transitioning from existing legacy equipment estates into a new solution
d) traditional voice connectivity (ISDN2, ISDN30 and analogue and digital exchange lines);
e) session initiation protocol (SIP) trunks;
f) voice call packages (including voice minutes, volume packages); and
g) direct dial in (DDI) ranges
The Ancillary Services for this Lot 3 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition
Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 85
Price
/ Weighting:
15
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
The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).
Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.
Lot No: 4
II.2.1) Title
Inbound Telephony Services
II.2.2) Additional CPV code(s)
72200000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4 is for the provision of inbound telephony services, enabling call management services.
The Primary Services are;
a) Inbound call management services for contact centre functionality
b) The ability to provide a Buyer with a non-geographic number; and deliver all calls to that number to the Buyer’s nominated location
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 4, including but not limited to;
a) design, survey, build, management, support and maintenance for Lot 4 services
b) Non-geographic numbers such as:
i) 03xx number services
ii) 05xx number services
iii) 08xx number services
iv) 09xx number services
The Ancillary Services for this Lot 4 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further
Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition
The maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further
Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to ten (10) years (120 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 85
Price
/ Weighting:
15
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
The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).
Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which may be 3 years.
Lot No: 6
II.2.1) Title
Mobile Voice and Data Services
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 6 is for the provision of mobile voice and/or data services.
The Primary Services are;
a) Mobile services with the ability to make and receive voice calls from a compatible handheld mobile device, outside of a building
b) Mobile services with the ability to send and receive data from a compatible handheld mobile device, outside of a building.
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 6, including but not limited to:
a) Design, survey, build, management, support and maintenance for Lot 6 Services;
b) The ability to send and receive short message service (SMS);
c) Voicemail services;
d) Mobile data connectivity;
e) Mobile e-mail services (push and pull);
f) Mobile data applications and value added mobile services; and
g) Mobile device management (MDM), including the administration of mobile devices, such as smartphones, tablets and laptops when linked to a corporate network.
The Ancillary Services for this Lot 6 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the
Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Supplier is required to provide mobile devices to a Buyer, those mobile devices will be provided unlocked; or will be unlocked at no additional Charge to that Buyer at least thirty (30)
Days prior to the expiry or termination of the Call-Off Contract.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed three (3) years (36 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of
Up to three (3) years (36 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 85
Price
/ Weighting:
15
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
The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).
Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.
Lot No: 7
II.2.1) Title
Paging and Alerting Services
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 7 Paging and Alerting Services, is for the provision of a range of paging and mobile messaging services
The Primary Services are;
a) Paging and alerting services with the ability to provide and users receive, a tone, numeric or word based alert
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 7, including but not limited to:
a) design, survey, build, management, support and maintenance for Lot 7 service;
b) bureau services; and
c) local and/or national and/or international coverage
The Ancillary Services for this Lot 7 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will
Be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 85
Price
/ Weighting:
15
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
The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).
Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.
Lot No: 8
II.2.1) Title
Video Conferencing Services
II.2.2) Additional CPV code(s)
32000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 8 Video Conferencing Services, is for the provision of traditional and IP based video conferencing services.
The Primary Services are:
a) Video conferencing services with the ability to call, connect and
Share audio-visual communications with another compatible video
Device over any distance in real time.
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 8, including but not limited to:
a) design, survey, build, management, support and maintenance for
Lot 8 services;
b) related consultancy and training services to optimise performance
Or otherwise improve operations;
c) related software management tools (including performance
Enhancing software and software based clients to extend reach
And interoperability of the Services);
d) conference recording and quality/usage analysis tools;
e) self serve and/or fully managed service; and
f) supplementary services and/or peripheral equipment, including:
i) test and analysis tools
ii) security access products
iii) collaboration tools
iv) call recording and playback
v) transcribing/translation services
The Ancillary Services for this Lot 8 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the
Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a
Further Competition the maximum Call-Off Contract will not exceed
Five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 85
Price
/ Weighting:
15
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
The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).
Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.
Lot No: 9
II.2.1) Title
Audio Conferencing Services
II.2.2) Additional CPV code(s)
32000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 9 Audio Conferencing Services, is for the provision of traditional and IP based audio conferencing services
The Primary Services are;
a) Audio conferencing services with the ability to set up an audio only conference on demand
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 9, including but not limited to:
a) design, survey, build, management, support and maintenance for Lot 9 services;
b) call recording and quality/usage analysis tools; and
c) self serve and/or fully managed services; supplementary services and/or peripheral equipment, including:
i) test and analysis tools
ii) security access products
iii) collaboration tools
iv) call recording and playback
v) transcribing/translation services
The Ancillary Services for this Lot 9 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further
Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 85
Price
/ Weighting:
15
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
The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).
Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.
Lot No: 11
II.2.1) Title
Radio Services
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 11 is for the provision of voice services over a radio communications systems
The Primary Services are;
a) A voice communication solution utilising UHF, and/or VHF radio frequency bands
b) The ability to transmit and receive from a central operator console a voice communication over the allocated frequency to a hand held device, push to talk release to listen, outside of a building
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 11, including but not limited to:
a) design, survey, build, management, support and maintenance for Lot 11 services
b) mobile radio and two-way transceiver
c) point to point and/or point to multipoint
d) supply, installation and, maintenance
e) secure radio and support equipment
f) commodity and/or managed service
g) professional mobile radio (PMR) (known in UK as private radio)
h) compliance with any prevailing radio standards, including TETRA
i) closed user groups
The Ancillary Services for this Lot 11 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the
Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the
Maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition
Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 85
Price
/ Weighting:
15
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
The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).
Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.
Lot No: 12
II.2.1) Title
Security and Surveillance Services
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 12 Security and Surveillance Services is the provision of CCTV and physical security monitoring services; including but not limited to:
The Primary Services are;
a) Services to access in real time audio and video activities regarding the security of premises, internal and external
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 12, including but not limited to:
a).design, survey, build, management, support and maintenance for Lot 12 services
b) traditional and IP based CCTV services;
c) access control; remote door opening; automated gates and barriers;
d) image recording and archiving;
e) image recognition applications;
f) alarms and security monitoring;
d) supply of software; management; test and analysis tools; and
e) CCTV as a service
The Ancillary Services for this Lot 12 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
This Lot EXCLUDES the provision of personnel.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 85
Price
/ Weighting:
15
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
The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).
Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
The contract has been awarded to a group of economic operators:
No
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
The contract has been awarded to a group of economic operators:
No
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
The contract has been awarded to a group of economic operators:
No
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
The contract has been awarded to a group of economic operators:
No
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
The contract has been awarded to a group of economic operators:
No
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
The contract has been awarded to a group of economic operators:
No
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
The contract has been awarded to a group of economic operators:
No
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
The contract has been awarded to a group of economic operators:
No
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
The contract has been awarded to a group of economic operators:
No
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
The contract has been awarded to a group of economic operators:
No