Awarded contract

Network Services 3 Lot 1c & Lot 1d

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

F03: Contract award notice

Notice reference: 2023/S 000-017317

Published 19 June 2023, 12:16pm



Section one: Contracting authority

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 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Network Services 3 Lot 1c & Lot 1d

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, has 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 are available under 2 Lots:

Tactical Radio systems

Critical Domain services

CCS intends to award the following services in different Lots under this Framework Agreement at a later date;

Inter site Connectivity (Wide Area Network) / Data Access Services

Commercial Radio capabilities

ntra 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.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £627,000,000 / Highest offer: £627,000,000 taken into consideration

two.2) Description

two.2.1) Title

Tactical Radio Systems

Lot No

1c

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 31710000 - Electronic equipment
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32200000 - Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
  • 32220000 - Television transmission apparatus without reception apparatus
  • 32230000 - Radio transmission apparatus with reception apparatus
  • 32310000 - Radio broadcast receivers
  • 32340000 - Microphones and loudspeakers
  • 32500000 - Telecommunications equipment and supplies
  • 32570000 - Communications equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35700000 - Military electronic systems
  • 35710000 - Command, control, communication and computer systems
  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 50000000 - Repair and maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50330000 - Maintenance services of telecommunications equipment
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50660000 - Repair and maintenance services of military electronic systems
  • 51000000 - Installation services (except software)
  • 51300000 - Installation services of communications equipment
  • 51310000 - Installation services of radio, television, sound and video equipment
  • 64000000 - Postal and telecommunications services
  • 64200000 - Telecommunications services
  • 64220000 - Telecommunication services except telephone and data transmission services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72220000 - Systems and technical consultancy services
  • 72250000 - System and support services
  • 72300000 - Data services
  • 72310000 - Data-processing services
  • 72400000 - Internet services
  • 72410000 - Provider services
  • 72700000 - Computer network services
  • 72720000 - Wide area network services
  • 73436000 - Test and evaluation of military electronic systems
  • 80660000 - Training and simulation in military electronic systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1c is for the provision of Tactical Radio Systems as outlined below:

A radio solution that enables the exchange of secure[1] voice & amp; data communications over a tactical radio communications system, utilising Line of Sight (LOS) C Band, S Band, L Band, Ultra High Frequency (UHF), Very High Frequency (VHF) and/or High Frequency (HF) radio frequency bands[2]. The ability to transmit and receive, using push to talk to a personal, manpack or platform device, using point to point and/or point to multipoint. The tactical radio system is not reliant on any fixed communications and power infrastructure[3] to operate and may need to be intrinsically safe to operate around electrically initiated munitions.

Primary services related to Radio systems for use in tactical situations:

Ruggedised

Secure

Environmentally protected (all tactical situations)

Soldier worn Radio system

The full scope of Lot 1c is set out in the Framework Schedule 1 (Specification).

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 75%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 15%

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

Critical Domain Services

Lot No

1d

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48220000 - Internet and intranet software package
  • 48600000 - Database and operating software package
  • 48610000 - Database systems
  • 48700000 - Software package utilities
  • 48730000 - Security software package
  • 48760000 - Virus protection software package
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72220000 - Systems and technical consultancy services
  • 72250000 - System and support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1d is for the provision of Critical Registry Services to operate and manage nationally critical UK domains as outlined below:

The provision and operation of the technical infrastructure for a UK public sector authority to manage and govern a Nationally Critical Public Sector Domain.

The provision and operation of the technical infrastructure for a UK public sector authority to manage and govern a Nationally Critical Public Sector Domain, plus the additional functions to enable the UK public sector authority to fully outsource the management and governance of a Nationally Critical Public Sector Domain.

The full scope of Lot 1d is set out in the Framework Schedule 1 (Specification).

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 75%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 15%

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

four.1.6) Information about electronic auction

An electronic auction will be used

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: 2022/S 000-032820


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 May 2023

five.2.2) Information about tenders

Number of tenders received: 25

Number of tenders received by electronic means: 25

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

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: £627,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section II.1.7 is only an estimate.

We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/9a8725a5-7b77-4c39-b363-b27325ec4244

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, 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 were required to 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. 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 were required to demonstrate they comply with the

technical requirements prescribed by Cyber Essentials, for services under

and in connection with this procurement.

Please note the remaining Lots: 1a, 1b, 2a, 3a, 3b, 4a, 4b, 4c, 4d, 4e are due to be awarded at the later date of the 18/07/2023.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9 th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Telephone

+44 3450103503

Country

United Kingdom

Internet address

supplier@crowncommercial.gov.uk

six.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom