Tender

YPO - 001229 Network Connectivity and Telecommunication Solutions II

  • YPO
  • NEPO

F02: Contract notice

Notice identifier: 2024/S 000-016782

Procurement identifier (OCID): ocds-h6vhtk-046c25

Published 29 May 2024, 3:18pm



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

contracts@ypo.co.uk

Telephone

+44 7901239756

Country

United Kingdom

Region code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk/

Buyer's address

http://www.ypo.co.uk/

one.1) Name and addresses

NEPO

Northern Design Centre, Abbot's Hill

Gateshead

NE8 3DF

Contact

Nick McDonald

Email

Nick.McDonald@nepo.org

Country

United Kingdom

Region code

UKC2 - Northumberland and Tyne and Wear

Internet address(es)

Main address

https://www.nepo.org/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YPO - 001229 Network Connectivity and Telecommunication Solutions II

Reference number

001229

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

YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Network Connectivity, cyber security, telecommunication and mobile, voice and data services inclusive of all products, solutions, and associated services. Incorporating technologies that are currently available and those which evolve through the lifetime of the Framework.

The Framework is designed to meet the needs of all public sector organisations which includes YPO’s and NEPO’s internal requirements, by establishing an agreement where the end customer will place orders directly with the Provider on a ‘contract’ basis and the Provider will deliver direct to the end customer on an agreed basis.

two.1.5) Estimated total value

Value excluding VAT: £750,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Wide Area Network (WAN) Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 72720000 - Wide area network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• Provision of wide area data connectivity services, both public and private, to connect multiple customer sites/networks/devices and transmit data across a broad geographical area

• Deliver reliable connections which provide high availability with flexible bandwidth options to allow for customer scalability and future expansion/upgrade

• Solutions must accommodate connectivity to a wide range of available (and evolving) connections and technologies, inclusive of the Internet of Things (IOT)

• Products, works, and services to deliver the solution including network equipment, hardware, and software relative for the delivery of this Lot

• Service provision to support components through to the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.

• The Provider must be an accredited provider of WAN connectivity solutions with appropriate accreditation which validates their expertise and service quality, such as top level (expert) vendor accreditation or approved partner status, in line with at least one enterprise network provider/vendor at minimum.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55%

Cost criterion - Name: Cost / Weighting: 30%

Cost criterion - Name: Social Value/Sustainability / Weighting: 15%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

30 September 2028

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 1st October 2024 – 30th September 2026 with the option of 2 x 12 months extensions to 30th September 2027 and 30th September 2028. The first decision to extend the Framework period will be taken by the end of June 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 1st October 2024 to 30th September 2028. The maximum contract period will therefore be 4 years.

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

Local Area Network (LAN) Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 72710000 - Local area network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• A fully functional, single point connectivity solution to connect multiple devices and transmit data across a localised area, either at a single site, or multiple sites within the same locale. This includes multiple interconnected LAN’s such as, but not limited to, Campus Area Networks (CAN) and Metropolitan Area Networks (MAN).

• Deliver reliable connections which provide high availability with flexible bandwidth options to allow for customer scalability and future expansion/upgrade

• Solutions must accommodate connectivity to a wide range of available (and evolving) connections and technologies, inclusive of the Internet of Things (IOT)

• Products, works, and services to deliver the solution including network equipment, hardware and software relative for the delivery of this Lot including but not limited to cabling and storage area network (SAN) equipment

• Services to support the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.

• The Provider must be an accredited provider of LAN connectivity solutions with appropriate accreditation which validates their expertise and service quality, such as top level (expert) vendor accreditation or approved partner status, in line with at least one enterprise network provider/vendor at minimum.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

30 September 2028

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 1st October 2024 – 30th September 2026 with the option of 2 x 12 months extensions to 30th September 2027 and 30th September 2028. The first decision to extend the Framework period will be taken by the end of June 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 1st October 2024 to 30th September 2028. The maximum contract period will therefore be 4 years.

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

Education Connectivity & Associated Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 72212000 - Programming services of application software

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• Provision of WAN and LAN data connectivity services meeting the specification requirements as detailed in Lot 1 and Lot 2.

• Deliver reliable connections which provide high availability with flexible bandwidth options to allow for customer scalability and future expansion/upgrade

• Internet Service Provider (ISP) subscription services such as internet access and data transit, domain name registration, email access, web hosting, remote access and home working solutions, performance monitoring etc.

• The Provider acting as an ISP must deliver layer 2 services wherever possible, to ensure integrity and control of the network and maintain/manage their network of connections

• Provision of safeguarding, web filtering and security solutions to protect networks, devices and data to defend from cyber-attacks, which can be delivered ‘as a service’, managed, or unmanaged by the Provider

• Core services, where applicable should include and provide an anti-ddos service

• Provide a centralised platform to deliver access to all customer data and connectivity, filtering, firewall and monitoring services which enables reporting/analysis and management

• Provide customers with full access to a connectivity monitoring platform showing information such as but not limited to circuit and router health, uptime and bandwidth statistics, diagnostic tools

• Solutions must accommodate connectivity to a wide range of available (and evolving) connections and technologies, inclusive of the Internet of Things (IOT)

• Products, works, and services to deliver the solution including network equipment, hardware, and software relative for the delivery of this Lot

• Service provision to support components through to the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.

• The Provider must be an accredited provider of WAN/LAN education connectivity and ISP solutions with appropriate accreditation which validates their expertise and service quality, such as top level (expert) vendor accreditation or approved partner status, in line with at least one enterprise network provider/vendor at minimum.

• Compliance to the DfE’s internet standards to provide establishments with a stable and secure broadband connection and any future iterations throughout the lifetime of the Framework Agreement

• Compliance to the DfE’s Filtering and Monitoring standards and any future iterations throughout the lifetime of the Framework Agreement

• Compliance to the DfE’s Firewall standards and any future iterations throughout the lifetime of the Framework Agreement

• Fully adhere with the DfE’s Keeping Children Safe in Education 2023 and any future iterations throughout the lifetime of the Framework Agreement

• The Provider must be an Internet Watch Foundation member

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

30 September 2028

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 1st October 2024 – 30th September 2026 with the option of 2 x 12 months extensions to 30th September 2027 and 30th September 2028. The first decision to extend the Framework period will be taken by the end of June 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 1st October 2024 to 30th September 2028. The maximum contract period will therefore be 4 years.

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

Smart City and IOT Technologies

Lot No

4

two.2.2) Additional CPV code(s)

  • 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

• A fully functional and resilient smart city solution which uses technology to connect a city/town/spaces and collect data (from citizens, devices and assets) to supply real time information which can be used to manage, monitor and interact with the city/town/spaces’ community and infrastructure, to create a smart environment.

• The Provider must be able to deliver part of components, through to a full end-to-end solution, which will support customers through their smart city project - from consultancy and design, to the building of architecure and infrastructure, connectivity and successful implementation of a suitable solution.

• Provide connectivity solutions which incorporate a wide range of available (and evolving) connections and technologies, inclusive of the Internet of Things (IOT)

• Provision of products, works, and services to deliver a full smart city/IOT connected solution, including all equipment, hardware and software applications for data analytics, monitoring and measurement

• Flexible solutions which are capable of integrating with existing infrastructure and/or solutions and will allow for customer scalability and future expansion/upgrade

• Security solutions to provide customers with safeguarding and protection of their smart city/IoT solution and associated data

• Services to support the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

30 September 2028

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 1st October 2024 – 30th September 2026 with the option of 2 x 12 months extensions to 30th September 2027 and 30th September 2028. The first decision to extend the Framework period will be taken by the end of June 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 1st October 2024 to 30th September 2028. The maximum contract period will therefore be 4 years.

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

Cyber Security Solutions

Lot No

5

two.2.2) Additional CPV code(s)

  • 72212732 - Data security software development services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• A cyber security solution to provide customers with safeguarding and protection of their networks, devices, and data to defend from cyber-attacks which can be delivered ‘as a service’, managed, or unmanaged by the Provider

• The Provider must be an accredited provider of cyber security solutions with appropriate accreditation which validates their expertise and service quality, such as top level (expert) vendor accreditation or approved partner status, in line with at least one cyber security provider/vendor at minimum.

• Products, works, and services required to deliver the solution

• Services to support the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

30 September 2028

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 1st October 2024 – 30th September 2026 with the option of 2 x 12 months extensions to 30th September 2027 and 30th September 2028. The first decision to extend the Framework period will be taken by the end of June 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 1st October 2024 to 30th September 2028. The maximum contract period will therefore be 4 years.

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

Communication Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 32412000 - Communications network

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• An IP telecommunications solution which delivers voice and multimedia communications over IP based networks, to connect individuals or teams. This should be reliable, secured to industry standards and can be tailored to individual customer requirements.

• Solutions delivered ‘as a service’, managed or unmanaged by the Provider as specified by the Customer at call off

• Number porting services

• Flexible solutions which will allow for customer scalability and future expansion/upgrade

• Products, works, and services to deliver the solution such as hardware, and software relevant to this Lot (e.g. telephone handsets, headsets, conferencing units, associated accessories, licensing)

• Services to support the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.

• The Provider must be an accredited provider of IP telecommunication solutions with appropriate accreditation which validates their expertise and service quality, such as top level (expert) vendor accreditation or approved partner status, in line with at least one enterprise network provider/vendor at minimum.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

30 September 2028

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 1st October 2024 – 30th September 2026 with the option of 2 x 12 months extensions to 30th September 2027 and 30th September 2028. The first decision to extend the Framework period will be taken by the end of June 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 1st October 2024 to 30th September 2028. The maximum contract period will therefore be 4 years.

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 and Data Services

Lot No

7

two.2.2) Additional CPV code(s)

  • 32250000 - Mobile telephones
  • 64200000 - Telecommunications services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• A mobile communications solution which allows for the sending and receiving of voice calls, messaging and/or data connectivity services from compatible devices across a network which is secured to OFCOM industry standards (or any future obligations), with national coverage and roaming access in the UK and Internationally, where permissible by the Contracting Authority

• A range of tariff services including but not limited to; Pay as you consume (PAYC), unlimited tariffs (with or without excess charges)

• Flexible solutions which allow for customer agility, through a variety of available tariffs, bolt-on services, value added services and packages which can be tailored to individual customer requirements

• Enable access to any future data networks which are made available during the life of this agreement

• Provision of SIM cards with numbering and porting services available

• Equipment, hardware and software relevant to this Lot (e.g. smart devices, IoT technologies and any associated accessories)

• Devices supplied to the customer must be unlocked, or will be unlocked at no additional charge to the customer on request and at least thirty (30) days prior to the expiry or termination of the Call-off Contract

• Reporting facilities to assist customers with managing their estate, including data capping and alert notifications when near or over allocated usage

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

30 September 2028

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 1st October 2024 – 30th September 2026 with the option of 2 x 12 months extensions to 30th September 2027 and 30th September 2028. The first decision to extend the Framework period will be taken by the end of June 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 1st October 2024 to 30th September 2028. The maximum contract period will therefore be 4 years.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the

Tender Documentation/ Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Framework Agreement Terms and Conditions located on our E-Procurement system. The web address can be found under Procurement Documents in ‘Communication’ Section in this notice.


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

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: Yes

four.2) Administrative information

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

Date

12 July 2024

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 July 2024

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

six.3) Additional information

YPO are purchasing on the behalf of other contracting authorities. Please see the below link

for details: https://www.ypo.co.uk/about/customers/permissible-users .

YPO will incorporate a standstill period at the point of notification of the award of the contract

is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and

provides time for unsuccessful tenderers to challenge the award decision before the contract

is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who

have been harmed or are at risk of harm by a breach of the rules to take action in the High

Court (England, Wales and Northern Ireland).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom