Opportunity

Unified Communications Solutions Framework

  • Nottinghamshire County Council

F02: Contract notice

Notice reference: 2022/S 000-007882

Published 23 March 2022, 2:40pm



Section one: Contracting authority

one.1) Name and addresses

Nottinghamshire County Council

County Hall, Loughborough Road Westbridgford

Nottinghamshire

NG2 7QP

Contact

Mr Mabs Karim

Email

mabs.karim@nottscc.gov.uk

Telephone

+44 1159772721

Country

United Kingdom

NUTS code

UKF - East Midlands (England)

Internet address(es)

Main address

http://www.nottinghamshire.gov.uk

Buyer's address

http://www.nottinghamshire.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=dc41046c-afaa-ec11-8112-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=dc41046c-afaa-ec11-8112-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Unified Communications Solutions Framework

Reference number

DN603833

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Nottinghamshire County Council (NCC) is seeking to establish a single provider framework for the supply and management of supporting telephony infrastructure. The requirement is being let as 3 lots:

Lot 1. Telephony Infrastructure (traditional and SIP based)

Lot 2. Mobile Voice & Data provision

Lot 3. Contact Centre platform

All the above 3 lots will be awarded to a single Supplier. Bidders must note that the Council will only accept bids from Suppliers who are able to deliver the requirement in full inclusive of these 3 lots. Suppliers bidding for only one and / or two lots will be rejected.

The Council recognises that Suppliers may not be able to deliver all these services directly themselves and may need to work in partnership through sub-contracting arrangements with other more specialist Suppliers. The Council welcomes these arrangements and bidders will be given the opportunity to outline their delivery of these services as part of their bid proposals.

The framework will be for used by Nottinghamshire County Council and Contracting Authorities in England and Wales. The Council will be charging the winning Supplier a management fee of 1% based on the value of each call-off contract made by other contracting authorities.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Telephony Infrastructure (traditional and SIP based)

Lot No

1

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 51000000 - Installation services (except software)
  • 64000000 - Postal and telecommunications services
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Nottinghamshire County Council (NCC) is seeking to establish a single provider framework for the supply and management of supporting telephony infrastructure. The requirement is being let as 3 lots:

Lot 1. Telephony Infrastructure (traditional and SIP based)

Lot 2. Mobile Voice & Data provision

Lot 3. Contact Centre platform

All the above 3 lots will be awarded to a single Supplier. Bidders must note that the Council will only accept bids from Suppliers who are able to deliver the requirement in full inclusive of these 3 lots. Suppliers bidding for only one and / or two lots will be rejected.

The Council recognises that Suppliers may not be able to deliver all these services directly themselves and may need to work in partnership through sub-contracting arrangements with other more specialist Suppliers. The Council welcomes these arrangements and bidders will be given the opportunity to outline their delivery of these services as part of their bid proposals

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: £1,000,000

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 Voice & Data provision

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 51000000 - Installation services (except software)
  • 64000000 - Postal and telecommunications services
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Nottinghamshire County Council (NCC) is seeking to establish a single provider framework for the supply and management of supporting telephony infrastructure. The requirement is being let as 3 lots:

Lot 1. Telephony Infrastructure (traditional and SIP based)

Lot 2. Mobile Voice & Data provision

Lot 3. Contact Centre platform

All the above 3 lots will be awarded to a single Supplier. Bidders must note that the Council will only accept bids from Suppliers who are able to deliver the requirement in full inclusive of these 3 lots. Suppliers bidding for only one and / or two lots will be rejected.

The Council recognises that Suppliers may not be able to deliver all these services directly themselves and may need to work in partnership through sub-contracting arrangements with other more specialist Suppliers. The Council welcomes these arrangements and bidders will be given the opportunity to outline their delivery of these services as part of their bid proposals

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: £1,000,000

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

Lot No

3

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 51000000 - Installation services (except software)
  • 64000000 - Postal and telecommunications services
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Nottinghamshire County Council (NCC) is seeking to establish a single provider framework for the supply and management of supporting telephony infrastructure. The requirement is being let as 3 lots:

Lot 1. Telephony Infrastructure (traditional and SIP based)

Lot 2. Mobile Voice & Data provision

Lot 3. Contact Centre platform

All the above 3 lots will be awarded to a single Supplier. Bidders must note that the Council will only accept bids from Suppliers who are able to deliver the requirement in full inclusive of these 3 lots. Suppliers bidding for only one and / or two lots will be rejected.

The Council recognises that Suppliers may not be able to deliver all these services directly themselves and may need to work in partnership through sub-contracting arrangements with other more specialist Suppliers. The Council welcomes these arrangements and bidders will be given the opportunity to outline their delivery of these services as part of their bid proposals.

The framework will be for used by Nottinghamshire County Council and Contracting Authorities in England and Wales. The Council will be charging the winning Supplier a management fee of 1% based on the value of each call-off contract made by other contracting authorities

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: £1,000,000

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 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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-027920

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 May 2022

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

3 May 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom