Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Network Services 2

  • First published: 19 August 2019
  • Last modified: 19 August 2019
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Cabinet Office
Authority ID:
AA26341
Publication date:
19 August 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

Rosebery Court, St Andrews Business Park

Norwich

NR7 0HS

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

Address of the buyer profile: https://crowncommercialservice.bravosolution.co.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Public Procurement

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Network Services 2

Reference number: RM3808

II.1.2) Main CPV code

64200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The framework is for the provision of telecommunications and network services and can be used by the whole of the UK public sector and their associated bodies and agencies, the voluntary sector, charities, and/or other private organisations acting as managing agents or procuring on behalf of the public sector delivering services of a public nature. The following services will be made available under 10 lots: data access; local connectivity; traditional telephony; inbound telephony; mobile voice and data; paging and alerting; video conferencing; audio conferencing; radio; and security and surveillance.

The scope includes: services which provide the main functionality of a lot; associated technology, equipment and solutions and optional goods and services that enhance, supplement or support the delivery of the Services; and services delivered over the public internet, private networks, the PSN and/or the HSCN.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 5 000 000 000.00  GBP

II.2) Description

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.

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

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 237-541526

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

Section V: Award of contract

Lot No: 1

Contract No: RM3808

Title: Data Access Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2019

V.2.2) Information about tenders

Number of tenders received: 79

Number of tenders received from SMEs: 52

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 79

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

V.2.3) Name and address of the contractor

List of successfully awarded suppliers can be accessed via the URL below

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Internet address(es)

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : .01  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 2

Contract No: RM3808

Title: Local Connectivity Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2019

V.2.2) Information about tenders

Number of tenders received: 83

Number of tenders received from SMEs: 54

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 83

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

V.2.3) Name and address of the contractor

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Internet address(es)

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : .01  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 3

Contract No: RM3808

Title: Traditional Telephony Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2019

V.2.2) Information about tenders

Number of tenders received: 52

Number of tenders received from SMEs: 32

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 52

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

V.2.3) Name and address of the contractor

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Internet address(es)

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : .01  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 4

Contract No: RM3808

Title: Inbound Telephony Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2019

V.2.2) Information about tenders

Number of tenders received: 29

Number of tenders received from SMEs: 12

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 29

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

V.2.3) Name and address of the contractor

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Internet address(es)

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : .01  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 6

Contract No: RM3808

Title: Mobile Voice & Data Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2019

V.2.2) Information about tenders

Number of tenders received: 31

Number of tenders received from SMEs: 18

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 31

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

V.2.3) Name and address of the contractor

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Internet address(es)

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : .01  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 7

Contract No: RM3808

Title: Paging and Alerting Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2019

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 10

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

V.2.3) Name and address of the contractor

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Internet address(es)

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : .01  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 8

Contract No: RM3808

Title: Video Conferencing Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2019

V.2.2) Information about tenders

Number of tenders received: 31

Number of tenders received from SMEs: 15

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 31

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

V.2.3) Name and address of the contractor

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Internet address(es)

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : .01  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 9

Contract No: RM3808

Title: Audio Conferencing Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2019

V.2.2) Information about tenders

Number of tenders received: 25

Number of tenders received from SMEs: 11

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 25

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

V.2.3) Name and address of the contractor

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Internet address(es)

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : .01  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 11

Contract No: RM3808

Title: Radio Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2019

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Internet address(es)

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : .01  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 12

Contract No: RM3808

Title: Security and Surveillance Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2019

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 13

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

V.2.3) Name and address of the contractor

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Internet address(es)

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : .01  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

Rosebery Court, St Andrews Business Park

Norwich

NR7 0HS

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

15/08/2019

Coding

Commodity categories

ID Title Parent category
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
64200000 Telecommunications services Postal and telecommunications services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.