Section one: Contracting authority
one.1) Name and addresses
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Telephone
+44 1206872954
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Public Sector
Parkside House 167
Bolton
BL1 4RA
holly.norton@dukefieldprocurement.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.dukefield.co.uk/about-us/
Buyer's address
http://www.dukefield.co.uk/about-us/
one.1) Name and addresses
Dukefield Procurement Limited
Parkside House 167, Chorley
Bolton
BL1 4RA
holly.norton@dukefieldprocurement.co.uk
Telephone
+44 7966040564
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
http://www.dukefield.co.uk/about-us/
Buyer's address
http://www.dukefield.co.uk/about-us/
one.1) Name and addresses
Education
Parkside House
Bolton
BL1 4RA
holly.norton@dukefieldprocurement.co.uk
Telephone
+44 7966040564
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.dukefield.co.uk/about-us/
Buyer's address
http://www.dukefield.co.uk/about-us/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Telephone
+44 1206872954
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Communications Solutions
Reference number
CA15266 - UOE/DU/TELE/01
two.1.2) Main CPV code
- 32500000 - Telecommunications equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Framework will provide a comprehensive range of communications and telecommunications solutions. It is let by the University of Essex and is available for use by all organisations across the UK Public Sector (and any future successors). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks, Registered Social Landlords and any other body permitted by the Contracting Authority. Full details of the classification of eligible end user organisations and geographical areas is available at: http://www.dukefieldprocurement.co.uk/fts-eligible-users
The framework will be let across four Lots, with a maximum of 10 suppliers awarded a place on each of the Lots.
two.1.5) Estimated total value
Value excluding VAT: £90,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Unified Communications and Telephony
Lot No
1
two.2.2) Additional CPV code(s)
- 45232332 - Ancillary works for telecommunications
- 72320000 - Database services
- 32252100 - Hands-free mobile telephones
- 32400000 - Networks
- 32523000 - Telecommunications facilities
- 32570000 - Communications equipment
- 48000000 - Software package and information systems
- 32543000 - Telephone switchboards
- 32522000 - Telecommunications equipment
- 72212730 - Security software development services
- 72100000 - Hardware consultancy services
- 32252110 - Hands-free mobile telephones (wireless)
- 64225000 - Air-to-ground telecommunications services
- 32550000 - Telephone equipment
- 48730000 - Security software package
- 72212760 - Virus protection software development services
- 72700000 - Computer network services
- 72900000 - Computer back-up and catalogue conversion services
- 72212761 - Anti-virus software development services
- 32581000 - Data-communications equipment
- 48219700 - Communications server software package
- 48761000 - Anti-virus software package
- 32412100 - Telecommunications network
- 32524000 - Telecommunications system
- 72212731 - File security software development services
- 48732000 - Data security software package
- 64210000 - Telephone and data transmission services
- 64212700 - Universal Mobile Telephone System (UMTS) services
- 32260000 - Data-transmission equipment
- 48760000 - Virus protection software package
- 73421000 - Development of security equipment
- 64212000 - Mobile-telephone services
- 72800000 - Computer audit and testing services
- 35700000 - Military electronic systems
- 45314000 - Installation of telecommunications equipment
- 32521000 - Telecommunications cable
- 32546100 - Digital switchboards
- 32412000 - Communications network
- 72400000 - Internet services
- 32250000 - Mobile telephones
- 72210000 - Programming services of packaged software products
- 50331000 - Repair and maintenance services of telecommunications lines
- 32270000 - Digital transmission apparatus
- 66131000 - Security brokerage services
- 32237000 - Walkie-talkies
- 32500000 - Telecommunications equipment and supplies
- 72600000 - Computer support and consultancy services
- 32571000 - Communications infrastructure
- 72212732 - Data security software development services
- 64200000 - Telecommunications services
- 72200000 - Software programming and consultancy services
- 35120000 - Surveillance and security systems and devices
- 50330000 - Maintenance services of telecommunications equipment
- 64000000 - Postal and telecommunications services
- 32572000 - Communications cable
- 72420000 - Internet development services
- 50332000 - Telecommunications-infrastructure maintenance services
- 48731000 - File security software package
- 64227000 - Integrated telecommunications services
- 50333000 - Maintenance services of radio-communications equipment
- 51300000 - Installation services of communications equipment
- 72500000 - Computer-related services
- 48511000 - Desktop communications software package
- 48900000 - Miscellaneous software package and computer systems
- 32510000 - Wireless telecommunications system
- 32520000 - Telecommunications cable and equipment
- 32344220 - Radio pagers
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The Lot will involve, amongst other aspects, the supply of communications software, hardware, installation, training and support of communications supplies, services and solutions whereby users can use a multitude of different devices such as physical phones, software on laptops, PC’s and apps on mobiles to make and receive calls via a telephony platform.
The Lot will provide the intelligent combining of voice, video, instant messaging, mobile voice and data, and other multimedia services in a bespoke way depending on the end users’ needs. This Lot will cover all encompassing solutions offering for example Desktop Agent/Supervisor, Contact Centre, Video Conferencing and Email/Text management functionality. It will also provide access to IP Telephony, Voice Over IP Services and Call Tariff Packages; encompassing the provision and support of IP solutions and Cyber Security provisions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £22,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Network Connectivity
Lot No
2
two.2.2) Additional CPV code(s)
- 32400000 - Networks
- 72210000 - Programming services of packaged software products
- 48760000 - Virus protection software package
- 32270000 - Digital transmission apparatus
- 35120000 - Surveillance and security systems and devices
- 32550000 - Telephone equipment
- 72420000 - Internet development services
- 32572000 - Communications cable
- 32546100 - Digital switchboards
- 72800000 - Computer audit and testing services
- 45232332 - Ancillary works for telecommunications
- 50331000 - Repair and maintenance services of telecommunications lines
- 50330000 - Maintenance services of telecommunications equipment
- 32252110 - Hands-free mobile telephones (wireless)
- 72212760 - Virus protection software development services
- 72212730 - Security software development services
- 64200000 - Telecommunications services
- 32510000 - Wireless telecommunications system
- 72600000 - Computer support and consultancy services
- 48219700 - Communications server software package
- 51300000 - Installation services of communications equipment
- 64227000 - Integrated telecommunications services
- 72500000 - Computer-related services
- 32524000 - Telecommunications system
- 72700000 - Computer network services
- 32571000 - Communications infrastructure
- 72320000 - Database services
- 73421000 - Development of security equipment
- 64212000 - Mobile-telephone services
- 50333000 - Maintenance services of radio-communications equipment
- 48000000 - Software package and information systems
- 32570000 - Communications equipment
- 48732000 - Data security software package
- 32521000 - Telecommunications cable
- 32522000 - Telecommunications equipment
- 32543000 - Telephone switchboards
- 72212732 - Data security software development services
- 32250000 - Mobile telephones
- 32520000 - Telecommunications cable and equipment
- 72000000 - IT services: consulting, software development, Internet and support
- 66131000 - Security brokerage services
- 72400000 - Internet services
- 32252100 - Hands-free mobile telephones
- 48731000 - File security software package
- 32344220 - Radio pagers
- 48730000 - Security software package
- 50332000 - Telecommunications-infrastructure maintenance services
- 72100000 - Hardware consultancy services
- 64000000 - Postal and telecommunications services
- 72212731 - File security software development services
- 32500000 - Telecommunications equipment and supplies
- 72200000 - Software programming and consultancy services
- 32260000 - Data-transmission equipment
- 48511000 - Desktop communications software package
- 35700000 - Military electronic systems
- 72212761 - Anti-virus software development services
- 72700000 - Computer network services
- 45314000 - Installation of telecommunications equipment
- 32523000 - Telecommunications facilities
- 48900000 - Miscellaneous software package and computer systems
- 32237000 - Walkie-talkies
- 72900000 - Computer back-up and catalogue conversion services
- 32412000 - Communications network
- 64225000 - Air-to-ground telecommunications services
- 64212700 - Universal Mobile Telephone System (UMTS) services
- 48761000 - Anti-virus software package
- 32412100 - Telecommunications network
- 32581000 - Data-communications equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The supply, setup and support of networks and associated networking services. It addresses the supply and support of networks and associated networking services for the provision of managed connectivity for high bandwidth secure services and other communications and telecommunications requirements.
This Lot also encompasses but is not limited to, the provision and support of digital connections, network equipment and servers, along with associated support services within premises, and will include Managed LAN services, Wi-Fi and Cyber Security provisions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £22,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Mobile Communications
Lot No
3
two.2.2) Additional CPV code(s)
- 48732000 - Data security software package
- 45232332 - Ancillary works for telecommunications
- 50331000 - Repair and maintenance services of telecommunications lines
- 32270000 - Digital transmission apparatus
- 48000000 - Software package and information systems
- 35120000 - Surveillance and security systems and devices
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 48761000 - Anti-virus software package
- 64210000 - Telephone and data transmission services
- 72900000 - Computer back-up and catalogue conversion services
- 32250000 - Mobile telephones
- 32523000 - Telecommunications facilities
- 32570000 - Communications equipment
- 32524000 - Telecommunications system
- 50332000 - Telecommunications-infrastructure maintenance services
- 72500000 - Computer-related services
- 48760000 - Virus protection software package
- 32521000 - Telecommunications cable
- 50330000 - Maintenance services of telecommunications equipment
- 32572000 - Communications cable
- 64200000 - Telecommunications services
- 72320000 - Database services
- 66131000 - Security brokerage services
- 32522000 - Telecommunications equipment
- 32510000 - Wireless telecommunications system
- 72212732 - Data security software development services
- 32550000 - Telephone equipment
- 32520000 - Telecommunications cable and equipment
- 35700000 - Military electronic systems
- 73421000 - Development of security equipment
- 72212761 - Anti-virus software development services
- 32546100 - Digital switchboards
- 48730000 - Security software package
- 32237000 - Walkie-talkies
- 32412100 - Telecommunications network
- 32571000 - Communications infrastructure
- 32581000 - Data-communications equipment
- 72212730 - Security software development services
- 72700000 - Computer network services
- 50333000 - Maintenance services of radio-communications equipment
- 64212700 - Universal Mobile Telephone System (UMTS) services
- 32252100 - Hands-free mobile telephones
- 51300000 - Installation services of communications equipment
- 48219700 - Communications server software package
- 32500000 - Telecommunications equipment and supplies
- 72210000 - Programming services of packaged software products
- 48511000 - Desktop communications software package
- 72212760 - Virus protection software development services
- 64227000 - Integrated telecommunications services
- 72212731 - File security software development services
- 72600000 - Computer support and consultancy services
- 45314000 - Installation of telecommunications equipment
- 48900000 - Miscellaneous software package and computer systems
- 48731000 - File security software package
- 72420000 - Internet development services
- 32344220 - Radio pagers
- 32260000 - Data-transmission equipment
- 72400000 - Internet services
- 64000000 - Postal and telecommunications services
- 72800000 - Computer audit and testing services
- 72000000 - IT services: consulting, software development, Internet and support
- 64212000 - Mobile-telephone services
- 32400000 - Networks
- 32412000 - Communications network
- 32543000 - Telephone switchboards
- 32252110 - Hands-free mobile telephones (wireless)
- 64225000 - Air-to-ground telecommunications services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot will provide access to all aspects of mobile communications and services by either Mobile Network Operators (MNOs) or Resellers - i.e., handsets, other devices, airtime - call time, data etc, associated value added services and Cyber Security provisions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £22,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
National One-Stop-Shop
Lot No
4
two.2.2) Additional CPV code(s)
- 32500000 - Telecommunications equipment and supplies
- 64212000 - Mobile-telephone services
- 72900000 - Computer back-up and catalogue conversion services
- 32344220 - Radio pagers
- 32524000 - Telecommunications system
- 32521000 - Telecommunications cable
- 32543000 - Telephone switchboards
- 32270000 - Digital transmission apparatus
- 32237000 - Walkie-talkies
- 32523000 - Telecommunications facilities
- 48511000 - Desktop communications software package
- 72700000 - Computer network services
- 32546100 - Digital switchboards
- 72420000 - Internet development services
- 72212760 - Virus protection software development services
- 32581000 - Data-communications equipment
- 32570000 - Communications equipment
- 32522000 - Telecommunications equipment
- 72400000 - Internet services
- 72800000 - Computer audit and testing services
- 32571000 - Communications infrastructure
- 72210000 - Programming services of packaged software products
- 66131000 - Security brokerage services
- 64227000 - Integrated telecommunications services
- 48900000 - Miscellaneous software package and computer systems
- 32520000 - Telecommunications cable and equipment
- 72100000 - Hardware consultancy services
- 72212731 - File security software development services
- 48219700 - Communications server software package
- 73421000 - Development of security equipment
- 48760000 - Virus protection software package
- 72000000 - IT services: consulting, software development, Internet and support
- 32510000 - Wireless telecommunications system
- 35120000 - Surveillance and security systems and devices
- 35700000 - Military electronic systems
- 50330000 - Maintenance services of telecommunications equipment
- 72320000 - Database services
- 72600000 - Computer support and consultancy services
- 32252110 - Hands-free mobile telephones (wireless)
- 64225000 - Air-to-ground telecommunications services
- 32412000 - Communications network
- 51300000 - Installation services of communications equipment
- 72212732 - Data security software development services
- 32572000 - Communications cable
- 50332000 - Telecommunications-infrastructure maintenance services
- 64000000 - Postal and telecommunications services
- 48000000 - Software package and information systems
- 32250000 - Mobile telephones
- 45232332 - Ancillary works for telecommunications
- 32412100 - Telecommunications network
- 64210000 - Telephone and data transmission services
- 72500000 - Computer-related services
- 50331000 - Repair and maintenance services of telecommunications lines
- 48730000 - Security software package
- 64200000 - Telecommunications services
- 48731000 - File security software package
- 72212730 - Security software development services
- 32550000 - Telephone equipment
- 64212700 - Universal Mobile Telephone System (UMTS) services
- 72200000 - Software programming and consultancy services
- 72212761 - Anti-virus software development services
- 32252100 - Hands-free mobile telephones
- 32260000 - Data-transmission equipment
- 32400000 - Networks
- 45314000 - Installation of telecommunications equipment
- 50333000 - Maintenance services of radio-communications equipment
- 48732000 - Data security software package
- 48761000 - Anti-virus software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot will provide access to the entire suite of communications solutions, supplies and services detailed within the scope of Lots 1, 2 and 3 from a national one-stop-shop provision.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £24,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 40
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 April 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
1 April 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The University of Essex's Internal Reference Number is UOE/DU/TELE/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:
https://suppliers.multiquote.com
The tender is available from the opportunities menu on the login page of the site. The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The University of Essex expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the for the purpose of calculating the maximum number of suppliers under the framework. The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum number, where their final evaluation score (s) is within 0.5% of the last placed position on the framework.
For the avoidance of doubt, for each Lot, the last placed position in respect of this framework is tenth. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.
six.4) Procedures for review
six.4.1) Review body
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Country
United Kingdom