Tender

Mobile Voice and Data Services 2

  • Crown Commercial Service

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-020230

Procurement identifier (OCID): ocds-h6vhtk-04fc61 (view related notices)

Published 6 March 2026, 10:09am



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

This table contains award criteria for this lot
Name Type Weighting
Lot 1 Price 60%
Lot 1 Quality 40%

Lot 2. Mobile Solutions

This table contains award criteria for this lot
Name Type Weighting
Lot 2 Quality 60%
Lot 2 Price 40%

Lot 3. Telecommunications Audit and Advisory Services

This table contains award criteria for this lot
Name Type Weighting
Lot 3 Quality 55%
Lot 3 Price 45%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

RM6391 MVDS2 Customer list PA2023.docx


Contracting authority

Crown Commercial Service

  • Public Procurement Organisation Number: PBZB-4962-TVLR

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

United Kingdom

Telephone: +44 3454102222

Email: supplier@crowncommercial.gov.uk

Website: https://www.gov.uk/ccs

Region: UKD72 - Liverpool

Organisation type: Public authority - central government