Network Services 3

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F14: Notice for changes or additional information

Notice reference: 2024/S 000-004691

Published 12 February 2024, 4:40pm



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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 345410222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs


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.