Telecommunications Dynamic Purchasing System
The DPS will be available for use by iFM Bolton and the whole public sector from across the United Kingdom. Category 1: Mobile telecommunications.
United Kingdom-Bolton: Telecommunications services
2020/S 081-192463
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Royal Bolton Hospital, Minerva Road, Farnworth
Town: Bolton
NUTS code: UK
Postal code: BL4 0JR
Country: United Kingdom
E-mail: tenders@procurmentassist.co.uk
Telephone: +44 3301281336
Address of the buyer profile: http://www.procurementassist.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:
Telecommunications
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Procurement Assist Ltd is seeking service providers to take part in tendering for a place on a 60 month Dynamic Purchasing System for telecommunications services.
The services will be split into four categories, as follows:
Category 1: Mobile telecommunications
Category 2: Traditional telephony and IP telephony
Category 3: Connectivity
Category 4: Total telecoms solution.
The DPS will be available for use by iFM Bolton and the whole public sector from across the United Kingdom. The DPS initial application period is 30 days but will remain open until 31 May 2025. Applications from service providers can be made at any time during this period.
The DPS is intended to be a fast route to market for clients, with clients not needing any further engagement with OJEU procurement processes.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Mobile Telecommunications
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
Including, but not limited to:
• data, voice, data services, SMS, voicemail service, email and the provision of devices (handsets, tablets and other devices);
• provision of tariffs and plans for the client;
• provision of a support service in designing the best solution for the client;
• provision of ongoing support for the client;
• consolidated eBilling for the client.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/864R67N7KF
II.2.1)Title:
Traditional Telephony and IP Telephony
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
Including, but not limited to:
• provision of traditional telephony and IP telephony solutions, including line installation and the supply of associated hardware;
• VoIP services to include (but lot limited to) ISDN, PSTN, SIP trunking;
• ongoing support and technical guidance to the client and ongoing maintenance of the hardware (maintenance contract);
• installation and maintenance of audio/video systems, including cross networking solutions.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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:
Connectivity
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
Including, but not limited to:
• provision of broadband and other high speed internet connections, including (but not limited to) ethernet lines, WAN broadband, LAN and VPN solutions;
• supply of relevant hardware to support the desired solution.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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:
Total Telecommunications Solution
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
Including, but not limited to:
• provision of some or all of the solutions in Categories 1, 2 and 3 of this DPS or a mix/match.
• support service to help the Client determine the best solution for their needs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.1.8)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.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Bolton:-Telecommunications-services./864R67N7KF
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/864R67N7KF
Go reference: GO-2020421-PRO-16409983
VI.4.1)Review body
Postal address: Royal Court of Justice
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Postal address: Royal Court of justice, London
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Royal Court of Justice, London
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice: