Networking and Telecommunications Services Framework
The purpose of this new framework agreement is to ensure we can provide an offering suitable for members of PfH in England, Wales, Scotland and Northern Ireland and other public bodies permitted to use this Framework Agreement.
United Kingdom-Warrington: Telecommunications services
2017/S 104-207738
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
2 Olympic Way, Woolston Grange Avenue, Birchwood
Warrington
WA2 0YL
United Kingdom
Contact person: Marc Lajeunesse
Telephone: +44 8458645100
E-mail: mlajeunesse@procurementforhousing.co.uk
Fax: +44 8458645115
NUTS code: UKInternet address(es):Main address: http://www.procurementforhousing.co.ukAddress of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA26067
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
ML/Telecoms/2017.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The purpose of this new framework agreement (‘this Framework Agreement’) is to ensure we can provide an offering suitable for members of PfH in England, Wales, Scotland and Northern Ireland and other public bodies permitted to use this Framework Agreement who require the provision of telecommunications services including communications network solutions, mobile communications and off premise hosted communications networks.
II.1.6)Information about lots
1 and 3.
II.2.1)Title:
Mobile Communications
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Items/services covered in the lot will include, but are not limited to: (a) Mobile voice and data bundles; Mobile broadband; M2M; WIFI Connectivity; 3G and 4G, (b) the provision of associated hardware such as smartphones, tablets and PDAs, (c) the provision of associated mobile communications systems and software including mobile device management, mobile call recording, mobile conference calling, anti-virus software, Office 365, (d) Hardware repair services, (e) Mobile cloud storage and sharing services, (f) Associated consultancy services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement will be let for three (3) years, with a one (1) year optional extension (4 years in total).
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Network Communications
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The lot will include, but is not limited to: (a) Network Connectivity, (b) On Premise IP Telephony Services, (c) Call Centres and Contact Centre Services, (d) Unified Communications, (e) Design, Supply, Installation and Maintenance of telecoms systems, hardware and infrastructure, (f) the provision of Hosted Communications Solutions and (g) Associated consultancy services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement will be let for three (3) years, with a one (1) year optional extension (4 years in total).
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Off Premise Hosted Telephony
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot of the Framework is for the provision of Off Premise Hosted Telephony Solution. Items/services covered in the lot will include, but are not limited to: Clear subscription options; Scalable packages; Wide range of call features, group capabilities and options; Web based portals that can be used by end users and administrators; Configuration options for administrators; Training and support; Multiple device connectivity; Feature rich hardware; Multi-site capability; Help desk facilities; Out of hours help desk and support; Call centre functionality; Project management support for implementation; PSN compliant services; Provision of network connectivity hardware and services to support hosted solutions;Associated consultancy services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement will be let for three (3) years, with a one (1) year optional extension (4 years in total).
II.2.9)Information about the limits on the number of candidates to be invited
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.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
This Framework Agreement may be used by any contracting authority listed in or referred to in the OJEU notice.
This includes:
— all current members of PfH at the time of the OJEU notice for this procurement;
— any registered provider of social housing (or Welsh registered social landlord, or Scottish registered social landlord) that becomes a member of PfH during the period of the Framework Agreement;
— any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement;
— any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales, or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities, or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement;
— any housing Arm’s Length Management Organisation that becomes a member of PfH during the period of the Framework Agreement;
— any wholly owned subsidiary of any of the above organisations; and
— any other contracting authority listed on the following page of the PfH website — http://www.procurementforhousing.co.uk/about_us/OJEUframework_permissible_users at the time of the OJEU notice for this procurement.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=198329
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:198329).
VI.4.1)Review body
2 Olympic Way, Woolston Grange Avenue, Birchwood
Warrington
WA2 0YL
United Kingdom
Telephone: +44 8458645100
Fax: +44 8458645115Internet address:http://www.procurementforhousing.co.uk
VI.5)Date of dispatch of this notice:
Related Posts
Mitel Telephone Support Services Tender
Telecommunications Professional Services Tender
Medway Council Corporate Mobile Phone Contract
WAN and Network Services Contract