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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom