Section one: Contracting authority/entity
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 345410222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Network Services 3
Reference number
RM6116
two.1.2) Main CPV code
- 75000000 - Administration, defence and social security services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of
Network Services 3 for use by Central Government and UK public sector bodies. This will be the
replacement agreement for RM3808 Network Services 2 and will support the hiring needs of UK central
government departments including arms-length bodies (ALBs) and all other public sector bodies across
the wider public sector.
The following Services will be made available under 12 Lots:
Inter site Connectivity (Wide Area Network) / Data Access Services
Commercial Radio capabilities
Tactical Radio systems
Critical Domain services
Intra site Connectivity (Local Area Network) / Local Connectivity Services
IoT and Smart Cities
Communication Platform as a Service
Analogue Telephony
Digital Communication Services (Unified Communications)
Contact Centre Solutions
Inbound Telephony Services
Paging & Alerting
The scope includes: Services that provide a main functionality of the 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. See Bid Pack.
This Framework agreement will provide buyers across the whole of the UK with access to networks and
telecommunications services. This includes core network infrastructure and cloud-based services,
unified communication & contact centre solutions, radio & satellite networking, IoT & Smart Cities
solutions and critical domain management services, across the range of Lots.
Section six. Complementary information
six.6) Original notice reference
Notice number: 2022/S 000-032820
Section seven. Changes
seven.1) Information to be changed or added
seven.1.2) Text to be corrected in the original notice
Section number
VI.3
Instead of
Text
The PIN for this requirement : 2021/S 000-026025 placed on the 18th October 2021, indicated that the
overall value of spend throughout the life of the framework is likely to be £5 billion. Since the
placement of the PIN, CCS has become aware of an additional £2 billion spend which is reflected in the
total framework value of £7 billion, indicated in II.1.5 above.
As part of this contract notice the following documents can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/1c56011c-9b31-468c-8dc3-3fba9fea0e60
The contract will be for a (2+1+1=4 years)
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which
replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of
security classifications used. All bidders should make themselves aware of the changes as it may impact
this requirement. This link provides information on the GSC at:
https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling
personal information or provide certain ICT products/services. The government is taking steps to
reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The
scheme defines a set of controls which, when implemented, will provide organisations with basic
protection from the most prevalent forms of threat coming from the internet. To participate in this
procurement, bidders must be able to demonstrate they comply with the technical requirements
prescribed by Cyber Essentials, for services under and in connection with this procurement for each of
the Lots forming this Framework.
Some purchases under this framework Agreement may have requirements that can be met under this
Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as
defined in Attachment 1 – About the framework within the invitation to tender documentation). In such
cases, Call-offs from this Framework will be unregulated purchases for the purposes of the
Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework
and any Call-off Contracts to reflect that buyer’s specific needs.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last
position.
Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for
sharing all information and communicating with bidders. If you have recently registered on the
eSourcing suite for another CCS procurement you can use the same account for this new procurement.
If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool:
https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
Read
Text
The PIN for this requirement : 2021/S 000-026025 placed on the 18th October 2021, indicated that the overall value of spend throughout the life of the framework is likely to be £5 billion. Since the placement of the PIN, CCS has become aware of an additional £2 billion spend which is reflected in the total framework value of £7 billion, indicated in II.1.5 above.
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/a846e024-9a82-46b6-8674-505abc43ab5d
The contract will be for a (2+1+1=4 years)
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at:
https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. The government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement for each of the Lots forming this Framework.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement.
If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
seven.2) Other additional information
Document access link amended to CCS Contract Finder Notice.