Network Services 2 Framework for UK Public Sector
The framework is for the provision of telecommunications and network services and can be used by the whole of the UK public sector and their associated bodies and agencies. 13 Lots.
United Kingdom-Norwich: Telecommunications services
2018/S 237-541526
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Rosebery Court, St Andrews Business Park
Norwich
NR7 0HS
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS code: UK
Address of the buyer profile: https://crowncommercialservice.bravosolution.co.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Network Services 2
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The framework is for the provision of telecommunications and network services and can be used by the whole of the UK public sector and their associated bodies and agencies, the voluntary sector, charities and/or other private organisations acting as managing agents or procuring on behalf of the public sector delivering services of a public nature. The following services will be made available under 13 lots: data access; local connectivity; traditional telephony; inbound telephony; IP telephony; mobile voice and data; paging and alerting; video conferencing; audio conferencing; unified communications; radio; security and surveillance; and contact centres. The scope includes: services which provide the main functionality of a 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 VI.3) and bid pack.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Data Access Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1 Data Access Services, including Wide Area Networks (WAN) is for the provision of connectivity services enabling site-to-site or site-to-cloud interconnectivity.
The Primary Services are:
a) Wide area connectivity for the provision of a managed or unmanaged point-to-point data-only connection.
b) Wide area connectivity for the provision of a managed or unmanaged point-to-internet/cloud data-only connection
The scope of this Lot includes technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 1, including but not limited to:
a) design, survey, build, management, support and maintenance for Lot 1 services;
b) unmanaged dark connectivity;
c) terrestrial, fibre, wireless and satellite solutions;
d) data networking equipment;
e) software-defined networking (SD WAN);
F) individual or multiple data connectivity circuits;
g) connectivity to support voice services (e.g. PSTN and IP;)
h) network related security and access control solutions including but not limited to provision of security equipment;
i) domain name resolution services;
j) support for classes and/or qualities of service (COS/QOS) and flexible bandwidth option;and
k) closed user groups and virtual private networks;
l) Internet Service Providers (ISP) and Internet services & gateways, including;
i) internet access, transit and ISP peering solutions
ii) broadband routing and performance monitoring tools (including user self-test speed detection and reporting)
iii) home and teleworker service packages, including remote access solutions
vi) e-mail and website services as part of ISP service
v) co-location and hosting – but only as part of ISP service
vi) on-line storage as part of ISP service (i.e.; not SAN solutions or components)
The Ancillary Services for this Lot 1 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to ten (10) years (120 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Local Connectivity Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2 Local Connectivity Services, is for the provision of single site connectivity services, including local area networks (LAN) enabling interconnectivity
The Primary Services are;
a) Local area network (LAN) connectivity services, constrained to a single site, multiple sites in the same locale, 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 scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 2, including but not limited to;
a) design, survey, build, management, support and maintenance for Lot 2 Services;
b) wired and/or wireless solutions;
c) local area network (LAN) equipment and/or cabling and/or storage area network (SAN) equipment;
d) LAN power solution and managed equipment room;
e) local infrastructure audit and/or testing services (such as asset management tools);
f) environmental and local access control solution;
g) specialist security and/or operational management and/or monitoring solutions, including cloud based solutions; and
h) optimal equipment operation services (such as air conditioning, fire suppression and power consumption management).
The Ancillary Services for this Lot 2 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to ten (10) years (120 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Traditional Telephony Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3 is for the provision of traditional telephony, enabling voice services
The Primary Services are;
a) Voice services enabling a Buyer’s local traditional telephony equipment to be connected to the PSTN, enabling a user to make and receive telephone calls.
b) The ability to connect local exchange equipment to a Telco carrier exchange enabling a user to make and receive telephone calls.
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 3, including but not limited to;
a) design, survey, build, management, support and maintenance for Lot 3 services;
b) the adoption/on-boarding and management/maintenance of existing legacy equipment estates;
c) the transitioning from existing legacy equipment estates into a new solution
d) traditional voice connectivity (ISDN2, ISDN30 and analogue and digital exchange lines);
e) session initiation protocol (SIP) trunks;
f) voice call packages (including voice minutes, volume packages); and
g) direct dial in (DDI) ranges
The Ancillary Services for this Lot 3 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Inbound Telephony Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 4 is for the provision of inbound telephony services, enabling call management services.
The Primary Services are;
a) Inbound call management services for contact centre functionality
b) The ability to provide a Buyer with a non-geographic number; and deliver all calls to that number to the Buyer’s nominated location
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 4, including but not limited to;
a) design, survey, build, management, support and maintenance for Lot 4 services
b) Non-geographic numbers such as:
i) 03xx number services
ii) 05xx number services
iii) 08xx number services
iv) 09xx number services
The Ancillary Services for this Lot 4 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to ten (10) years (120 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
IP Telephony Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 5 IP Telephony Solution, is for the provision of end-to-end IP telephony services with the ability to connect to the PSTN.
The Primary Services are:
a) Internet Protocol (IP) telephony services with the ability to make and receive telephone calls by the transmission of voice over an IP based network service, including breakout to PSTN
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 5, including but not limited to:
a) design, survey, build, management, support and maintenance for Lot
5 services;
b) Internet Protocol (IP) telephony services with the ability to make and
Receive multimedia messaging over an IP based network service;
c) voice call packages (including voice minutes, volume packages);
d) direct dial in (DDI) ranges;
e) authentication and access management;
f) interconnection gateways to traditional PSTN call delivery services;
g) contact centre functionality and features for the use of Buyer
Employees only, including but not limited to:
i. Speech recognition software.
ii. Automated call distribution (ACD) functionality, including intelligent
Contact routing (ICR), enhanced queuing and transfer.
iii. Intelligent voice response (IVR) solutions involving provision of
Automated call routing using speech recognition software
iv. Other specialist administrative and reporting tools.
v. Call Recording and quality management solutions that record calls
Either for training, development purposes and/or for compliance
Are also to be considered as within scope of this Lot.
The Ancillary Services for this Lot 5 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a
Further Competition the maximum Call-Off Contract will not exceed
Five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with
The Further Competition Procedure the maximum Call-Off Contract
Period will not exceed a maximum Contract Period of up to seven (7)
Years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mobile Voice and Data Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 6 is for the provision of mobile voice and/or data services.
The Primary Services are;
a) Mobile services with the ability to make and receive voice calls from a compatible handheld mobile device, outside of a building
b) Mobile services with the ability to send and receive data from a compatible handheld mobile device, outside of a building.
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 6, including but not limited to:
a) Design, survey, build, management, support and maintenance for Lot 6 Services;
b) The ability to send and receive short message service (SMS);
c) Voicemail services;
d) Mobile data connectivity;
e) Mobile e-mail services (push and pull);
f) Mobile data applications and value added mobile services; and
g) Mobile device management (MDM), including the administration of mobile devices, such as smartphones, tablets and laptops when linked to a corporate network.
The Ancillary Services for this Lot 6 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Supplier is required to provide mobile devices to a Buyer, those mobile devices will be provided unlocked; or will be unlocked at no additional Charge to that Buyer at least thirty (30) days prior to the expiry or termination of the Call-Off Contract.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed three (3) years (36 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to three (3) years (36 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Paging and Alerting Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 7 Paging and Alerting Services, is for the provision of a range of paging and mobile messaging services
The Primary Services are;
a) Paging and alerting services with the ability to provide and users receive, a tone, numeric or word based alert
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 7, including but not limited to:
a) design, survey, build, management, support and maintenance for Lot 7 service;
b) bureau services; and
c) local and/or national and/or international coverage
The Ancillary Services for this Lot 7 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Video Conferencing Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 8 Video Conferencing Services, is for the provision of traditional and IP based video conferencing services.
The Primary Services are:
a) Video conferencing services with the ability to call, connect and
Share audio-visual communications with another compatible video
Device over any distance in real time.
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 8, including but not limited to:
a) design, survey, build, management, support and maintenance for
Lot 8 services;
b) related consultancy and training services to optimise performance
Or otherwise improve operations;
c) related software management tools (including performance
Enhancing software and software based clients to extend reach
And interoperability of the Services);
d) conference recording and quality/usage analysis tools;
e) self serve and/or fully managed service; and
f) supplementary services and/or peripheral equipment, including:
i) test and analysis tools
ii) security access products
iii) collaboration tools
iv) call recording and playback
v) transcribing/translation services
The Ancillary Services for this Lot 8 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a
Further Competition the maximum Call-Off Contract will not exceed
Five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with
The Further Competition Procedure the maximum Call-Off Contract
Period will not exceed a maximum Contract Period of up to seven
(7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Audio Conferencing Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 9 Audio Conferencing Services, is for the provision of traditional and IP based audio conferencing services
The Primary Services are;
a) Audio conferencing services with the ability to set up an audio only conference on demand
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 9, including but not limited to:
a) design, survey, build, management, support and maintenance for Lot 9 services;
b) call recording and quality/usage analysis tools; and
c) self serve and/or fully managed services; supplementary services and/or peripheral equipment, including:
i) test and analysis tools
ii) security access products
iii) collaboration tools
iv) call recording and playback
v) transcribing/translation services
The Ancillary Services for this Lot 9 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Unified Communications
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 10 is for the provision of Unified Communications solutions to provide a consistent user interface across a range of end-user devices
The Primary Services are;
a) Unified communications products and related services that
Integrate several messaging and/or voice/video/data applications
Together and present user access (including reporting aspects) of
Such tools via a common interface.
b) A consistent user interface across multiple devices providing a
Cohesive end user experience in accessing two or more of the
Primary Services from the following Lots:
Lot 5: IP Telephony Solutions.
Lot 6: Mobile Voice & Data Services
Lot 8: Video Conferencing Services
Lot 9: Audio Conferencing Services
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 10, including but not limited to:
a) design, survey, build, management, support and maintenance for
Lot 10 services;
b) access realtime and non-real time communication services;
c) fixed and/or mobile voice services;
d) email and messaging;
e) paging, alerts and radio;
f) audio & video conferencing services;
g) collaboration tools and integration services; and
h) training
The Ancillary Services for this Lot 10 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a
Further Competition the maximum Call-Off Contract will not exceed
Five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance
With the Further Competition Procedure the maximum Call-Off
Contract Period will not exceed a maximum Contract Period of up
To seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Radio Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 11 is for the provision of voice services over a radio communications systems
The Primary Services are;
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 scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 11, including but not limited to:
a) design, survey, build, management, support and maintenance for Lot 11 services
b) mobile radio and two-way transceiver
c) point to point and/or point to multipoint
d) supply, installation and, maintenance
e) secure radio and support equipment
f) commodity and/or managed service
g) professional mobile radio (PMR) (known in UK as private radio)
h) compliance with any prevailing radio standards, including TETRA
i) closed user groups
The Ancillary Services for this Lot 11 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Security and Surveillance Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 12 Security and Surveillance Services is the provision of CCTV and physical security monitoring services; including but not limited to:
The Primary Services are;
a) Services to access in real time audio and video activities regarding the security of premises, internal and external
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 12, including but not limited to:
a).design, survey, build, management, support and maintenance for Lot 12 services
b) traditional and IP based CCTV services;
c) access control; remote door opening; automated gates and barriers;
d) image recording and archiving;
e) image recognition applications;
f) alarms and security monitoring;
d) supply of software; management; test and analysis tools; and
e) CCTV as a service
The Ancillary Services for this Lot 12 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
This Lot EXCLUDES the provision of personnel.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Contact Centre Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 13 Contact Centre Services is the provision of call/contact centre services,for the use of Buyer employees only including but not limited to:
The Primary Services are;
a) The ability to make outbound contact and respond to an incoming contact and route the contact to a predefined destination
The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 13, including but not limited to:
a) survey, build, management, support and maintenance for Lot 13 services,
b) supply/support as equipment, commodity and managed services;
c) omnichannel customer experience platform;
d) customer experience management software;
e) DDI and NGN ranges;
f) messaging services;
g) integration with the Buyer’s existing telephony platform;
h) interactive voice response (IVR):
i) specialist administrative and reporting tools;
j) automated call distribution (ACD);
k) intelligent contact routing;
l) automatic speech recognition and associated technologies;
m) take back and transfer;
n) intelligent queuing;
o) enhanced routing; and
p) calls/email/web/social media integration
The Ancillary Services for this Lot 13 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.
This Lot EXCLUDES the provision of personnel.
Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.
Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.
i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).
ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).
Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.
The conclusion of Framework Contract(s) will be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.
Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
CCS expressly reserves the right (i) not to conclude a Framework Contract as a result of the procurement process commenced by the publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the procurement and in no circumstances will CCS be liable for any costs incurred by the bidders in relation to this procurement. If CCS decides to enter into Framework Contracts with the successful bidders, this does not mean that there is any guarantee of subsequent specific Call-Off Contracts being awarded. Any expenditure, work or effort undertaken prior to the conclusion of a Framework Contract is accordingly a matter solely for the commercial judgement of bidders.
Any specific contracts awarded under this Framework Contract will form a separate Call-Off Contract between the successful bidder and the Buyer. CCS and Buyers utilising the Framework Contract reserve the right to use any electronic portal for the purpose of administering the Framework Contract and any specific Call-Off Contracts awarded under the Framework Contract.
The duration of this Framework Contract will be a maximum of 48 months, formed of an initial period of 36 months with the option to extend for a period or periods up to a maximum of 12 months (e.g. 36 +12 months).
The value provided in Section II.1.5 is only an estimate. CCS cannot guarantee to bidders any business through this Framework Contract.
As part of this Contract Notice the following documents can be accessed on the Contracts Finder website:
1) Contract Notice Transparency Information for the Framework Contract;
2) Contract Notice Authorised Buyer List;
3) Rights Reserved for CCS Framework.
Go to URL: https://www.contractsfinder.service.gov.uk/Notice/a05522a4-3ef9-4cb5-a3ea-f5853173a9b7
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1) Go to the URL: https://crowncommercialService.bravosolution.co.uk
2) Select the link “I am a new supplier user”;
3) Read and agree to the portal user agreement;
4) Complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number — a unique nine-digit number provided to organisations free of charge by Dun and Bradstreet,
— user and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: If you require additional users from your organisation to see the Invitation to Tender (ITT), do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via “User Management” > Manage Users” > “Users” > “Create”.
Expressing an interest:
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal:
https://crowncommercialService.bravosolution.co.uk
2) On the dashboard select the link ITTs Open to All Suppliers;
3) On the “ITTs Open to All Suppliers” webpage you will see one or more procurements listed, click on the procurement name you wish to access;
4) Click on Express Interest at the top of the next screen;
5) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 0800 069 8630.
VI.4.1)Review body
Rosebery Court
Norwich
NR7 0HS
United Kingdom
VI.5)Date of dispatch of this notice: