Scope
Reference
RM6391
Description
RM6391 Mobile Voice and Data Services 2 (MVDS2) is the proposed replacement for the RM6261 Mobile Voice and Data Services agreement (MVDS) which expires in December 2026.
MVDS2 seeks to build upon the success of MVDS by maintaining the existing competitive airtime offering through a rationalised lot structure, focussing on making optional services such as devices, mobile device management etcetera easier to procure on a standalone basis.
The lot structure intends to maintain the existing supplier base primarily with the Mobile Network Operators (MNO’s), Mobile Virtual Network Operators (MVNOs) and re-sellers.
The lots will be as follows:
Lot 1 - Mobile Catalogue and Optional Services
Lot 2 - Mobile Solutions
Lot 3 - Telecommunications Audit and Advisory Services
MVDS2 will create a compliant framework that leverages the benefits of the new Procurement Regulations, the Procurement Act 2023 (PA23) adopting new mechanisms for Award with and without Competition.
Commercial tool
Establishes a framework
Total value (estimated)
- £1,500,000,000 excluding VAT
- £1,800,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 17 September 2026 to 16 September 2028
- Possible extension to 16 September 2030
- 4 years
Description of possible extension:
The Framework Conract will be established for 24 months with two possible further extensions of 12 months each.
Main procurement category
Services
CPV classifications
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 31712112 - SIM cards
- 71316000 - Telecommunication consultancy services
- 64000000 - Postal and telecommunications services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72212730 - Security software development services
- 72220000 - Systems and technical consultancy services
- 72590000 - Computer-related professional services
- 79212000 - Auditing services
- 48620000 - Operating systems
Contract locations
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- UKN - Northern Ireland
- UKL - Wales
- UKM - Scotland
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
Lot 1. Mobile Catalogue and Optional Services
Description
Access to UK, international, roaming airtime, calls, SMS and data, device hardware, accessories, support services, MDM and supplementary services.
This lot will also offer the inclusion of Optional Services. This includes, access to allow purchase of standalone services such as international roaming packages, device hardware, accessories, support services, mobile device management.
Catalogue based, standardised airtime packages and optional services will form the basis of procurements through this lot.
Lot value (estimated)
- £1,100,000,000 excluding VAT
- £1,320,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Mobile Solutions
Description
Access to UK, international, roaming airtime, calls, SMS and data, device hardware, accessories, support services, mobile device management and supplementary services.
Allows customers with large mobile estates to compete and/or tailor services to fit business needs such as more complex security requirements and exit management criteria.
Competitive flexible processes will be enabled through this lot.
Lot value (estimated)
- £300,000,000 excluding VAT
- £360,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Telecommunications Audit and Advisory Services
Description
Auditing and recommendations services that enable customers to understand and optimise their consumption models through commoditised audit packages (eg. Bronze, Silver, Gold, and Platinum). On-going benefits realisation advisory services will also be available.
Lot value (estimated)
- £100,000,000 excluding VAT
- £120,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
1%
Further information about fees
The Supplier will pay, excluding VAT, 1% of all the Charges for the Deliverables invoiced to the Buyer under all Call-Off Contracts.
Framework operation description
Refer to Framework Schedule 7 (Call-Off Award Procedure) - of the competitive selection processes for the award of contracts under this framework.
Lot 1 will be Award Without Competition (AWOC).
Lot 2 is only through Award with Competition (AWC) (through digitally enabled further competition) with 1 and 2 stage competitive processes.
Lot 3 will operate via below-threshold guidance.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Refer to RM6391 Mobile Voice and Data Services 2 - Customer List for details of contracting authorities that may use the Framework Contract. Please note that this Framework Contract excludes Private Utilities as defined in Section 2 of the Procurement Act 2023 as Buyers. This is not a utility contract under Section 6 of the Procurement Act 2023.
Submission
Enquiry deadline
27 March 2026, 3:00pm
Tender submission deadline
21 April 2026, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
7 September 2026
Award criteria
Lot 1. Mobile Catalogue and Optional Services
| Name | Type | Weighting |
|---|---|---|
| Lot 1 | Price | 60% |
| Lot 1 | Quality | 40% |
Lot 2. Mobile Solutions
| Name | Type | Weighting |
|---|---|---|
| Lot 2 | Quality | 60% |
| Lot 2 | Price | 40% |
Lot 3. Telecommunications Audit and Advisory Services
| Name | Type | Weighting |
|---|---|---|
| Lot 3 | Quality | 55% |
| Lot 3 | Price | 45% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Crown Commercial Service
- Public Procurement Organisation Number: PBZB-4962-TVLR
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Region: UKD72 - Liverpool
Organisation type: Public authority - central government