Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Telephone
+44 02070081467
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
Buyer's address
https://fcdo.bravosolution.co.uk/web/login.html
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The ECHO2 Programme: Network Integration Services Procurement
two.1.2) Main CPV code
- 64200000 - Telecommunications services
two.1.3) Type of contract
Services
two.1.4) Short description
The contracting authority on behalf of the Secretary of State for the Foreign Commonwealth and Development Affairs, and the British Council (BC) (collectively the ‘Partners’ or ‘Customers’) have awarded a framework agreement to Fujitsu Services Limited for the provision of Network Integration Services (the ‘Services’). The contracting authority intends to make the framework agreement available to other UK Central Government bodies.
The services will connect ministerial headquarters and other head offices in the UK with their respective embassies, consulates and other office locations across the globe.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £184,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 32400000 - Networks
- 32410000 - Local area network
- 32412000 - Communications network
- 32412100 - Telecommunications network
- 32412110 - Internet network
- 32413000 - Integrated network
- 32413100 - Network routers
- 32415000 - Ethernet network
- 32416000 - ISDN network
- 32416100 - ISDX network
- 32417000 - Multimedia networks
- 32418000 - Radio network
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32422000 - Network components
- 32424000 - Network infrastructure
- 32425000 - Network operating system
- 32426000 - Network publishing system
- 32427000 - Network system
- 32428000 - Network upgrade
- 32430000 - Wide area network
- 50330000 - Maintenance services of telecommunications equipment
- 50331000 - Repair and maintenance services of telecommunications lines
- 50332000 - Telecommunications-infrastructure maintenance services
- 51300000 - Installation services of communications equipment
- 64210000 - Telephone and data transmission services
- 64211000 - Public-telephone services
- 64211200 - Long distance telephone services
- 64214000 - Dedicated-business telephone network services
- 64214100 - Satellite circuit rental services
- 64214400 - Communication land-line rental
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
LONDON
two.2.4) Description of the procurement
The contracting authority has selected a single supplier who can make available the following services under the framework agreement as included below.
1) Implementation services — the requirements for the implementation of the supplier's solution.
2) Operational Services.
(a) Elective services: the requirements that the supplier shall provide across the customer ICT environment(s) as part of its technical solution and which shall be available for consumption by the customer via optional call offs within the call-off contract.
(i) Network platform — providing the customer with a resilient network traffic management capability using next generation networking technologies.
(ii) Global connectivity services — multi-protocol label switching (MPLS) connectivity, providing the customer with the ability to route network traffic over MPLS links from overseas sites to the UK and between overseas sites with guaranteed capacity and performance levels. Very small aperture terminal for sites where the provision of other forms of connectivity are not available or a backup connection is required.
(iii) Secure internet gateway — providing the customer with outbound access to enable end users to securely consume services hosted on the internet.
(iv) Software defined perimeter — providing the customer with secure remote connectivity enabling access to its data and applications through a network security framework that dynamically creates one-to-one network connections between each user and the resources that they access.
(v) Next generation firewall — providing the customer with next generation firewall technologies, enhancing and complementing the traditional stateful inspection firewall with other network device filtering functions, such as but not limited to, in-line deep packet inspection, intrusion prevention system and application awareness.
(vi) Encryption devices — providing the customer with encryption services for Official tier data in transit.
(b) Service management: the ongoing service management requirements to support the technical solution, which form part of the services that the supplier shall provide, including obligations in respect of the supplier’s service desk, incident resolution, change management, configuration management, release processes and reporting.
3) Optional services — services such as session border control service may be called off by a customer through a call-off contract.
(a) Session border controllers — support public switched telephone network and cloud unified communications integration to the customer's voice over IP platforms, migrating from legacy in country PSTN solutions.
(b) ITSM Toolset technical integration: technical integration of the Supplier's ITSM toolset with the ITSM toolsets of the customers' for selected support activities. The successful supplier will be required to complete transition and cutover to new arrangements prior to the expiry of the existing contract.
II) Common services and collaborative call-off contracts
The partners intend to work closely together in relation to the services provided under the call-off contracts. There are a number of requirements which the partners anticipates will need to be built in common across all call-off contracts
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
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
Competitive procedure with negotiation
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 106-258337
Section five. Award of contract
Title
The ECHO2 Programme: Network Integration Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 March 2022
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
FUJITSU SERVICES LIMITED
22 Baker Street
London
W1U 3BW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £184,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Foreign, Commonwealth & Development Office
King Charles Street
London
SW1A 2AH
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any review proceedings will be dealt with in accordance with the requirements of the PCR 2015 or any successor to the PCR 2015. Any review proceedings must be brought within the timescales specified by the applicable law.
six.4.4) Service from which information about the review procedure may be obtained
Foreign , Commonwealth & Development Office
London
SW1A 2AH
Country
United Kingdom