Communications Solutions

A Tender Notice
by UNIVERSITY OF ESSEX

Source
Find a Tender
Type
Framework (Goods)
Duration
4 year
Value
£90M
Sector
TECHNOLOGY
Published
20 Feb 2025
Delivery
To 11 Mar 2029 (est.)
Deadline
01 Apr 2025 11:00

Concepts

Location

United Kingdom

Geochart for 4 buyers and 0 suppliers
Essex University
Public Sector
Leaflet | Map tiles by Stamen Design, under CC BY 3.0. Data by OpenStreetMap, under ODbL.

Description

The Framework will provide a comprehensive range of communications and telecommunications solutions. It is let by the University of Essex and is available for use by all organisations across the UK Public Sector (and any future successors). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks, Registered Social Landlords and any other body permitted by the Contracting Authority. Full details of the classification of eligible end user organisations and geographical areas is available at: http://www.dukefieldprocurement.co.uk/fts-eligible-users The framework will be let across four Lots, with a maximum of 10 suppliers awarded a place on each of the Lots.

Lot Division

1 Unified Communications and Telephony
  • Value: £22M

The Lot will involve, amongst other aspects, the supply of communications software, hardware, installation, training and support of communications supplies, services and solutions whereby users can use a multitude of different devices such as physical phones, software on laptops, PC’s and apps on mobiles to make and receive calls via a telephony platform. The Lot will provide the intelligent combining of voice, video, instant messaging, mobile voice and data, and other multimedia services in a bespoke way depending on the end users’ needs. This Lot will cover all encompassing solutions offering for example Desktop Agent/Supervisor, Contact Centre, Video Conferencing and Email/Text management functionality. It will also provide access to IP Telephony, Voice Over IP Services and Call Tariff Packages; encompassing the provision and support of IP solutions and Cyber Security provisions.

2 Network Connectivity
  • Value: £22M

The supply, setup and support of networks and associated networking services. It addresses the supply and support of networks and associated networking services for the provision of managed connectivity for high bandwidth secure services and other communications and telecommunications requirements. This Lot also encompasses but is not limited to, the provision and support of digital connections, network equipment and servers, along with associated support services within premises, and will include Managed LAN services, Wi-Fi and Cyber Security provisions.

3 Mobile Communications
  • Value: £22M

This Lot will provide access to all aspects of mobile communications and services by either Mobile Network Operators (MNOs) or Resellers - i.e., handsets, other devices, airtime - call time, data etc, associated value added services and Cyber Security provisions.

4 National One-Stop-Shop
  • Value: £24M

This Lot will provide access to the entire suite of communications solutions, supplies and services detailed within the scope of Lots 1, 2 and 3 from a national one-stop-shop provision.

CPV Codes

  • 32500000 - Telecommunications equipment and supplies
  • 45232332 - Ancillary works for telecommunications
  • 72320000 - Database services
  • 32252100 - Hands-free mobile telephones
  • 32400000 - Networks
  • 32523000 - Telecommunications facilities
  • 32570000 - Communications equipment
  • 48000000 - Software package and information systems
  • 32543000 - Telephone switchboards
  • 32522000 - Telecommunications equipment
  • 72212730 - Security software development services
  • 72100000 - Hardware consultancy services
  • 32252110 - Hands-free mobile telephones (wireless)
  • 64225000 - Air-to-ground telecommunications services
  • 32550000 - Telephone equipment
  • 48730000 - Security software package
  • 72212760 - Virus protection software development services
  • 72700000 - Computer network services
  • 72900000 - Computer back-up and catalogue conversion services
  • 72212761 - Anti-virus software development services
  • 32581000 - Data-communications equipment
  • 48219700 - Communications server software package
  • 48761000 - Anti-virus software package
  • 32412100 - Telecommunications network
  • 32524000 - Telecommunications system
  • 72212731 - File security software development services
  • 48732000 - Data security software package
  • 64210000 - Telephone and data transmission services
  • 64212700 - Universal Mobile Telephone System (UMTS) services
  • 32260000 - Data-transmission equipment
  • 48760000 - Virus protection software package
  • 73421000 - Development of security equipment
  • 64212000 - Mobile-telephone services
  • 72800000 - Computer audit and testing services
  • 35700000 - Military electronic systems
  • 45314000 - Installation of telecommunications equipment
  • 32521000 - Telecommunications cable
  • 32546100 - Digital switchboards
  • 32412000 - Communications network
  • 72400000 - Internet services
  • 32250000 - Mobile telephones
  • 72210000 - Programming services of packaged software products
  • 50331000 - Repair and maintenance services of telecommunications lines
  • 32270000 - Digital transmission apparatus
  • 66131000 - Security brokerage services
  • 32237000 - Walkie-talkies
  • 72600000 - Computer support and consultancy services
  • 32571000 - Communications infrastructure
  • 72212732 - Data security software development services
  • 64200000 - Telecommunications services
  • 72200000 - Software programming and consultancy services
  • 35120000 - Surveillance and security systems and devices
  • 50330000 - Maintenance services of telecommunications equipment
  • 64000000 - Postal and telecommunications services
  • 32572000 - Communications cable
  • 72420000 - Internet development services
  • 50332000 - Telecommunications-infrastructure maintenance services
  • 48731000 - File security software package
  • 64227000 - Integrated telecommunications services
  • 50333000 - Maintenance services of radio-communications equipment
  • 51300000 - Installation services of communications equipment
  • 72500000 - Computer-related services
  • 48511000 - Desktop communications software package
  • 48900000 - Miscellaneous software package and computer systems
  • 32510000 - Wireless telecommunications system
  • 32520000 - Telecommunications cable and equipment
  • 32344220 - Radio pagers
  • 72000000 - IT services: consulting, software development, Internet and support

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The University of Essex's Internal Reference Number is UOE/DU/TELE/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at: https://suppliers.multiquote.com The tender is available from the opportunities menu on the login page of the site. The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The University of Essex expressly reserves the rights: (a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time; (b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation; (c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation; (d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable; (e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought; (f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely; (g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement; (h) the contracting authority will not be liable for any costs incurred by tenderers; (i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement; and (j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4). Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework: Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the for the purpose of calculating the maximum number of suppliers under the framework. The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum number, where their final evaluation score (s) is within 0.5% of the last placed position on the framework. For the avoidance of doubt, for each Lot, the last placed position in respect of this framework is tenth. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.

Reference

Domains