Awarded contract

Network Services 3 for Lot 1a, Lot 1b, Lot 2a, Lot 3a, Lot 3b, Lot 4a, Lot 4b, Lot 4c, Lot 4d and Lot 4e

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

F03: Contract award notice

Notice reference: 2023/S 000-024106

Published 17 August 2023, 8:16am



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 3454102222

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 for Lot 1a, Lot 1b, Lot 2a, Lot 3a, Lot 3b, Lot 4a, Lot 4b, Lot 4c, Lot 4d and Lot 4e

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 is the replacement

agreement for RM3808 Network Services 2 and supports 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 10 Lots:

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

Commercial Radio capabilities

Intra 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 provides 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)

Value excluding VAT: £6,373,000,000

two.2) Description

two.2.1) Title

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

Lot No

1a

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32200000 - Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
  • 32260000 - Data-transmission equipment
  • 32270000 - Digital transmission apparatus
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32320000 - Television and audio-visual equipment
  • 32400000 - Networks
  • 32420000 - Network equipment
  • 32430000 - Wide area network
  • 32500000 - Telecommunications equipment and supplies
  • 32570000 - Communications equipment
  • 32580000 - Data equipment
  • 45000000 - Construction work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48800000 - Information systems and servers
  • 48820000 - Servers
  • 50000000 - Repair and maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50310000 - Maintenance and repair of office machinery
  • 50330000 - Maintenance services of telecommunications equipment
  • 64000000 - Postal and telecommunications services
  • 64200000 - Telecommunications services
  • 64210000 - Telephone and data transmission 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
  • 72240000 - Systems analysis and programming 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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1a Inter site Connectivity (Wide Area Network) / Data Access Services is for the provision of connectivity services enabling site to site or site to cloud inter connectivity.

The successful framework suppliers will be expected to provide the

following services:

a) Wide area connectivity for the provision of a managed or unmanaged point-topoint data-only connection.

b) Wide area connectivity for the provision of a managed or unmanaged point-to internet/cloud data-only connection.

The full scope of Lot 1a is set out in the Framework Schedule 1 (Specification) that ispart of the Invitation to Tender documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Commercial Radio Capabilities

Lot No

1b

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
  • 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
  • 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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1b is for the provision of Commercial Radio capabilities as outlined below:

a) A voice communication solution utilising UHF, and/or VHF radio frequency bands.

b) The ability to transmit and receive from a central operator console a voice communication over the allocated frequency to a hand- held device, push to talk, release to listen, outside of a building.

The full scope of Lot 1b is set out in the Framework Schedule 1 (Specification) that is part

of the framework documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

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

Lot No

2a

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32200000 - Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
  • 32260000 - Data-transmission equipment
  • 32270000 - Digital transmission apparatus
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32320000 - Television and audio-visual equipment
  • 32400000 - Networks
  • 32410000 - Local area network
  • 32420000 - Network equipment
  • 32500000 - Telecommunications equipment and supplies
  • 32570000 - Communications equipment
  • 32580000 - Data equipment
  • 45000000 - Construction work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48220000 - Internet and intranet software package
  • 48800000 - Information systems and servers
  • 50000000 - Repair and maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50310000 - Maintenance and repair of office machinery
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72300000 - Data services
  • 72310000 - Data-processing services
  • 72700000 - Computer network services
  • 72710000 - Local area network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2a is for the provision of single site connectivity services, including local area networks (LAN) enabling interconnectivity.

a. Local area network (LAN) Connectivity services, constrained to a single site, multiple sites in the same local, campus sites and metropolitan area sites enabling a user to consume a locally hosted service.

b. Local connectivity services to connect an end user device to a local service. The full scope of Lot 2a is set out in the Framework Schedule 1 (Specification) that is part of the framework documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

IoT and Smart Cities

Lot No

3a

two.2.2) Additional CPV code(s)

  • 30237475 - Electric sensors
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 31710000 - Electronic equipment
  • 31720000 - Electromechanical equipment
  • 31730000 - Electrotechnical equipment
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32320000 - Television and audio-visual equipment
  • 32330000 - Apparatus for sound, video-recording and reproduction
  • 32350000 - Parts of sound and video equipment
  • 32500000 - Telecommunications equipment and supplies
  • 32510000 - Wireless telecommunications system
  • 32520000 - Telecommunications cable and equipment
  • 32560000 - Fibre-optic materials
  • 32570000 - Communications equipment
  • 32580000 - Data equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35120000 - Surveillance and security systems and devices
  • 35125100 - Sensors
  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 45320000 - Insulation work
  • 48000000 - Software package and information systems
  • 48600000 - Database and operating software package
  • 48610000 - Database systems
  • 48700000 - Software package utilities
  • 48730000 - Security software package
  • 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
  • 50610000 - Repair and maintenance services of security equipment
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment
  • 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
  • 72240000 - Systems analysis and programming 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 3a is for the provision of Solutions related to Smart Technologies and Internet of things.

a. Design, Build and Deliver solutions related to Smart cities, with applications in the following areas; Smart Street lighting, Smart Buildings, Waste management, Water management, Crime prevention, Education and Environment (air and noise pollution) monitoring.

b. Suppliers are able to design an end-to-end solution embedding all technologies required to gather data at the “edge”, hold and structure the data in a cloud based platform, and also visualise the information for decision making and monitoring.

The full scope of Lot 3a is set out in the Framework Schedule 1 (Specification) that is part of the framework documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Communication Platform as a Service

Lot No

3b

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48600000 - Database and operating software package
  • 48610000 - Database systems
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72220000 - Systems and technical consultancy services
  • 72230000 - Custom software development services
  • 72240000 - Systems analysis and programming services
  • 72250000 - System and support services
  • 72260000 - Software-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3b Communication Platform as a Service is the provision of software integration services to allow the Buyers applications to be interfaced to the communications suite with APIs. The provision of API interfacing between the unified communications suites and buyer applications e.g. social media, financial planning, sales and resource management. API development from communications suite to external applications.

The full scope of Lot 3b is set out in the Framework Schedule 1 (Specification) that is part of

the framework documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Analogue Telephony

Lot No

4a

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32340000 - Microphones and loudspeakers
  • 32400000 - Networks
  • 32420000 - Network equipment
  • 32500000 - Telecommunications equipment and supplies
  • 32510000 - Wireless telecommunications system
  • 32520000 - Telecommunications cable and equipment
  • 32540000 - Switchboards
  • 32550000 - Telephone equipment
  • 32570000 - Communications equipment
  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 50000000 - Repair and maintenance services
  • 50330000 - Maintenance services of telecommunications equipment
  • 51000000 - Installation services (except software)
  • 51300000 - Installation services of communications equipment
  • 51340000 - Installation services of line telephony equipment
  • 64000000 - Postal and telecommunications services
  • 64200000 - Telecommunications services
  • 64210000 - Telephone and data transmission services
  • 64220000 - Telecommunication services except telephone and data transmission services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72220000 - Systems and technical consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4a Analogue Telephony is the provision of connecting analogue telephony equipment with the Public Switched Telephone Network including voice connectivity, voice call packages, SIP trucks, DDI number ranges, equipment maintenance and support for legacy estates.

The scope includes the technology, equipment and solutions that may be required in the delivery, including but not limited to:

a. Design, survey, build, management, support and maintenance for Lot 4a services

including transformation to IP telephony and equipment adaptation.

b. Adaptor/ convertor for internet protocol connection

c. voice call packages (including voice minutes, volume packages)

d. direct dial in (DDI) ranges

e. End user devices

f. SIP trunking

The full scope of Lot 4a is set out in the Framework Schedule 1 (Specification) that is

part of the framework documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Digital Communication Services (Unified Communications)

Lot No

4b

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
  • 32230000 - Radio transmission apparatus with reception apparatus
  • 32250000 - Mobile telephones
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32310000 - Radio broadcast receivers
  • 32320000 - Television and audio-visual equipment
  • 32330000 - Apparatus for sound, video-recording and reproduction
  • 32340000 - Microphones and loudspeakers
  • 32350000 - Parts of sound and video equipment
  • 32400000 - Networks
  • 32410000 - Local area network
  • 32412000 - Communications network
  • 32412100 - Telecommunications network
  • 32500000 - Telecommunications equipment and supplies
  • 32510000 - Wireless telecommunications system
  • 32520000 - Telecommunications cable and equipment
  • 32540000 - Switchboards
  • 32550000 - Telephone equipment
  • 32570000 - Communications equipment
  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 48500000 - Communication and multimedia software package
  • 48510000 - Communication software package
  • 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
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 51000000 - Installation services (except software)
  • 51300000 - Installation services of communications equipment
  • 51310000 - Installation services of radio, television, sound and video equipment
  • 51340000 - Installation services of line telephony equipment
  • 64000000 - Postal and telecommunications services
  • 64200000 - Telecommunications services
  • 64210000 - Telephone and data transmission services
  • 64220000 - Telecommunication services except telephone and data transmission services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72220000 - Systems and technical consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4b is for the provision of Digital communications services, this covers the Unified Communications series of services. UC is a term use for the integration of multiple business communication tools, voice calling, video conferencing, instant messaging and content sharing via a single integrated premises connection. This capability allows the user to seamlessly switch between the various modes of communication. UC services can be accessed by mobile devices so access from mobile networks is expected.

The full scope of Lot 4b is set out in the Framework Schedule 1 (Specification) that is part of the framework documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Contact Centre Solutions

Lot No

4c

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32340000 - Microphones and loudspeakers
  • 32500000 - Telecommunications equipment and supplies
  • 32510000 - Wireless telecommunications system
  • 32520000 - Telecommunications cable and equipment
  • 32540000 - Switchboards
  • 32550000 - Telephone equipment
  • 32570000 - Communications equipment
  • 45000000 - Construction work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 48500000 - Communication and multimedia software package
  • 48510000 - Communication software package
  • 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
  • 51000000 - Installation services (except software)
  • 51300000 - Installation services of communications equipment
  • 51340000 - Installation services of line telephony equipment
  • 64000000 - Postal and telecommunications services
  • 64200000 - Telecommunications services
  • 64210000 - Telephone and data transmission services
  • 64220000 - Telecommunication services except telephone and data transmission services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and 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 4c Contact Centre Solutions is for the provision of call/contact centre services for the use of Buyer employees only;

a. The provision of inbound or outbound contact management including automation and queuing to multiple answering points.

b. Hardware and software capabilities enabling contact centre core functions, i.e. the ability to make outbound contact and respond to an incoming contact and route the contact to a predefined destination.

The full scope of Lot 4c is set out in the Framework Schedule 1 (Specification) that is part

of the framework documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Inbound Telephony Services

Lot No

4d

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 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 4d Inbound Telephony Services is for the provision of telephone numbers for inbound call delivery.

a) The provision of a non-geographic number, i.e. deliver all calls to that number to the Buyer’s nominated location.

b) Non-geographic numbers such as:

i) 03xx number services

ii) 05xx number services

iii) 08xx number services

iv) 09xx number services

The full scope of Lot 4d is set out in the Framework Schedule 1 (Specification) that is part of the framework documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / 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

Paging and Alerting

Lot No

4e

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
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32340000 - Microphones and loudspeakers
  • 32500000 - Telecommunications equipment and supplies
  • 32570000 - Communications 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
  • 72200000 - Software programming and consultancy services
  • 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 4e Paging and Alerting is for the provision of paging and alerting device and services with the ability to provide and users receive, a tone, numeric or word based alert.

The full scope of Lot 4e is set out in the Framework Schedule 1 (Specification) that is part of the framework documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / 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.1.8) 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

18 July 2023

five.2.2) Information about tenders

Number of tenders received: 212

Number of tenders received from SMEs: 132

Number of tenders received by electronic means: 212

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: £6,373,000,000


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/e09282f8-bb6a-46e9-bc51-72ca15fe1848

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.

CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last

position.

For Lot 1a, 49 suppliers were awarded a place as opposed to the number of 35 as was originally stated

in the Contract Notice that was published on 18/11/2022.

For Lot 2a, 63 suppliers were awarded a place as opposed to the number of 35 as was originally stated

in the Contract Notice that was published on 18/11/2022.

For Lot 3a, 26 suppliers were awarded a place as opposed to the number of 25 as was originally stated

in the Contract Notice that was published on 18/11/2022.

For Lot 3b, 15 suppliers were awarded a place as opposed to the number of 10 as was originally stated

in the Contract Notice that was published on 18/11/2022.

For Lot 4a, 26 suppliers were awarded a place as opposed to the number of 20 as was originally stated

in the Contract Notice that was published on 18/11/2022.

For Lot 4b, 70 suppliers were awarded a place as opposed to the number of 50 as was originally stated

in the Contract Notice that was published on 18/11/2022.

For Lot 4c, 58 suppliers were awarded a place as opposed to the number of 40 as was originally stated

in the Contract Notice that was published on 18/11/2022.

For Lot 4d, 24 suppliers were awarded a place as opposed to the number of 20 as was originally stated

in the Contract Notice that was published on 18/11/2022.

For Lot 4e, 12 suppliers were awarded a place as opposed to the number of 10 as was originally stated

in the Contract Notice that was published on 18/11/2022.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Country

United Kingdom

Internet address

https://www.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 3454102222

Country

United Kingdom