By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Public Services Network (PSN) Framework Agreement- RM1045

Prior information notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Government Procurement Service
Rosebery Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
Telephone: +44 3450103503
E-mail:

Internet address(es):

General address of the contracting authority: http://gps.cabinetoffice.gov.uk

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Other: Public Procurement
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II.B: Object of the contract (Supplies or services)

II.1)Title attributed to the contract by the contracting authority:
Public Services Network (PSN) Framework Agreement- RM1045
II.2)Type of contract and place of delivery or of performance
Service category No 5: Telecommunications services
UK.

NUTS code UK

II.3)Information on framework agreement
The notice involves the establishment of a framework agreement: yes
II.4)Short description of nature and quantity or value of supplies or services:
Government Procurement Service as the contracting Authority intends to put in place a pan Government Framework Agreement for mechanisms to access and gain services over the Public Services Network (PSN) for use by or on behalf of UK public sector bodies. These bodies include but are not limited to Central Government Departments and their Agencies, Non Departmental Public Bodies, Devolved Administrations, NHS Bodies and providers of services to the NHS, Local Authorities, Police, Voluntary Sector, Charities, and/or other private organisations acting as managing agents or procuring on behalf of these public sector bodies.
The above public sector bodies have a need for the provision of PSN telecommunications and other services to facilitate inter-organisational collaboration through secure communication, interoperability and sharing of information.
This Framework Agreement will address this need, providing innovative telecommunications and other services for the UK public sector as a whole. The services to be made available under the Framework Agreement will include provision of Networks, Gateways & Related Services, Voice Lines and Minute Bundles, Mobile Services, Pager Services, eMail Service, Internet Service Provision & Content Filtering Services, Conferencing Services,Call Centre Services, Unified Communications, supporting security, information assurance, design, acquisition, consultancy, technology audit and site surveys and other services as described below.
The Framework Agreement will be suitable for the provision of services that are PSN compliant; and also for the provision of services at lower security levels; or that do not require PSN compliance.
The services are required to be provided primarily to the UK, although the framework may also be used by UK Contracting Authorities to service their overseas sites. The Contracting Authority considers that this opportunity may be suitable for economic operators that are Small or Medium Enterprises (SMEs). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
The Framework Agreement will have an initial term of 2 years; with the option to extend by 2 further terms (each further term may be up to 1 year in duration).
The duration of call-off contracts placed under this framework is expected to range from 1 month to a maximum of 5 years with the option to extend by 2 further terms (each further term may be up to 1 year in duration). The extension options will enable a maximum contract term of 7 years to be exercised only where there is a specific transition or business transformation need to be addressed.
Framework suppliers will be required to offer the following:
Impact Levels (where relevant):
Impact Levels are the UK Government’s standard method of assessing the impact of possible compromises to the Confidentiality, Integrity or Availability of Information throughout the public sector and Critical National Infrastructure (CNI), as mandated by Requirements 11 and 33 of the Security Policy Framework found at: https://www.gov.uk/government/publications/security-policy-framework.
They are defined in Business Impact Level Tables contained in document "HMG Information Assurance Standard No. 1”, the relevant extract from which may be obtained from the CESG website at: http://www.cesg.gov.uk/publications/Documents/business_impact_tables.pdf
Throughout this document, where the form "ILx” is used to indicate Impact Level, x being an integer between 0 and 4, this means Impact Level x for Confidentiality and Integrity, irrespective of the Impact Level for Availability. Where the form ILx-y-z is used, this means Impact Level x for Confidentiality, Impact Level y for Integrity and Impact Level z for Availability.
Central services (which are services essential to support the functional operation of a services network, including but not necessarily limited to a top level domain name service and public key infrastructure) are IL2 and services at that level and above must be assured and accredited to the appropriate level. However, services below IL2 (that will not operate with or make use of PSN central services and do not require the corresponding accreditation and assurance) may also be supplied through this framework.
The Framework Agreement will need suppliers with the ability to deliver IL0 to IL4 services. Each supplier intending to deliver PSN services in this Framework Agreement will need to be capable of supplying PSNCompliant services to at least IL2-2-4.
Sustainability
The sustainability of services offered under the framework will be a component part in reducing Contracting Authorities carbon footprints, not only in energy consumption but also in enabling further wider reduction in sustainability impacts. In addition, the sustainability of framework suppliers’ sources of supply should be a key consideration. As such, sustainability will be a common theme throughout the lifetime of the framework and the call-off contracts awarded under it.
The PSN vision is to create a secure Public Services Network constructed from a network of networks built to common standards that enables the delivery of public services from any place by any network of networks built to common standards that enables the delivery of public services from any place by any provider; in doing so it will create a competitive marketplace to significantly reduce the cost of telecommunications services and enable different and creative ways of delivering public services.
Bidders are strongly encouraged to become familiar with the PSN concepts, principles, operation and standards, and in particular to read the PSN Operating Model for an overview of the PSN and its operating principles, and to visit the PSN website: https://www.gov.uk/public-services-network
Successful bidders will be required to deliver services that comply with the PSN standards, as published by the PSN Authority during the procurement and during the lifetime of the frameworks, provided that any new standards published post award do not materially alter the scope of this OJEU Notice or awarded Framework Agreements.
These PSN standards will be developed with industry involvement. The PSN standards are listed on the PSN website, along with other documents and information relating to PSN.
The Social Values Act applies to this procurement.
Formal industry consultation events are being planned during the market engagement activity and you are encouraged to attend these and contribute to our project.

Lots

This contract is divided into lots: yes
II.5)Common procurement vocabulary (CPV)

64200000, 31712111, 31712112, 31712113, 32000000, 32250000, 32252000, 32252100, 32252110, 32332200, 32332300, 32342100, 32342200, 32342440, 32342450, 32344100, 32344110, 32360000, 32400000, 32410000, 32412000, 32412100, 32415000, 32416000, 32416100, 32417000, 32418000, 32420000, 32421000, 32422000, 32423000, 32424000, 32427000, 32428000, 32429000, 32500000, 32510000, 32520000, 32521000, 32522000, 32523000, 32524000, 32530000, 32540000, 32541000, 32542000, 32543000, 32544000, 32545000, 32546000, 32546100, 32550000, 32551000, 32551100, 32551200, 32551300, 32551400, 32551500, 32552000, 32552100, 32552110, 32552120, 32552130, 32552140, 32552150, 32552160, 32552300, 32552310, 32552330, 32552400, 32552410, 32552420, 32552500, 32552510, 32552520, 32552600, 48314000, 48510000, 48512000, 48513000, 48514000, 48515000, 48516000, 48760000, 50330000, 50331000, 50332000, 50334000, 50334100, 50334110, 50334120, 50334130, 50334140, 50334200, 50334300, 50334400, 51300000, 51340000, 51350000

II.6)Scheduled date for start of award procedures
II.7)Information about Government Procurement Agreement (GPA)
II.8)Additional information:
General Information:
The duration referenced is for the placing of orders.
Potential bidders should note that Government Procurement Service reserves the right to:
- cancel this procurement at any stage and not award any contract as a result of the procurement process commenced by publication of this notice;
- accept all or part of any tender unless the tenderer expressly stipulates otherwise;
- make any changes it sees fit to the procurement process; and
- remove and/ or amend element(s) from scope of the requirements.
If Government Procurement Service decides to enter into a Framework Agreement with successful suppliers, this does not guarantee subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers and in no circumstances will Government Procurement Service be liable for any costs incurred by candidates associated with the compilation and submissions of the tenders.
Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, Government Procurement Service intends to publish the Procurement Information Notice (PIN) and Invitation to Tender (ITT) document, and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Government Procurement Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority.

Further information on transparency can be found at: http://gps.cabinetoffice.gov.uk/about-governmentprocurement- service/transparency-and-accountability/transparency-procurement.

The Contracting Authority expressly reserves the right (1) not to award any contract as a result of the procurement process commenced by publication of this notice; and (2) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential supplier. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body.
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
The division into Lots is not fully defined at this juncture. The Market Engagement subsequent to this PIN will inform the definition of Lots for inclusion in the ITT when published.

Information about lots

Title attributed to the contract by the contracting authority:
1)Short description:
The division into Lots is not fully defined at this juncture. The Market Engagement subsequent to this PIN will inform the definition of Lots for inclusion in the ITT when published.
2)Common procurement vocabulary (CPV)

64200000

5)Additional information about lots:

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2)Conditions for participation
III.2.1)Information about reserved contracts

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
Government Procurement Service is an executive agency of the Cabinet Office. Our overall priority is to provide procurement savings for the UK Public Sector as a whole and specifically to deliver centralised procurement for Central Government Departments. The centralisation, standardisation and aggregation of spend on common services is a key mechanism to deliver significant, sustainable cost reductions. Suppliers may indicate willingness to participate in this market engagement electronically via the Government Procurement Service’s e-Sourcing Suite.

If you have not yet registered on the eSourcing Suite, this can be done online at https:// gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender

Note that, by registering for the eSourcing Suite in this way, you will then be in a position to express an interest in any future procurements run by Government Procurement Service.

Once you have registered on the eSourcing Suite, a registered user can request access to the market engagement. This is done by emailing:

Your email must clearly state: the name and reference for the market engagement "PSN Workstream Engagement”; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Government Procurement Service will process the email and then enable the supplier to access the market engagement project "PSN Workstream Engagement” online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
Once access is obtained to the PSN Workstream Engagement opportunity in the e-Sourcing Suite, further information can be obtained via an attached document entitled RM1045 PSN - Market Engagement Information.
This will detail:
- how the market engagement will be undertaken;
- how participants can become involved; and
- specific contact details to express an interest in becoming a "Workstream Lead” or participating in any aspect of the PSN Workstream Engagement.
An invitation is extended out to our stakeholders (customer / supplier / industry body or any other stakeholder)
interested in becoming a Workstream Lead to attend either of the following Workstream Kick-Off events planned:
10.00, 10.6.2013 at Rosebery Court Norwich
10:30, 14.6.2013 at HM Treasury, London
At the Workstream events full details of the Workstream plan will be discussed including the final definition of each workstream, duration of market engagement, objectives of the workstream activity, roles and responsibilities and who will lead each defined workstream.
For further information please log into the e-Sourcing suite to access the PSN Workstream Engagement opportunity and download the document entitled: RM1045 PSN - Market Engagement Information.

For technical assistance on use of the e-Sourcing Suite please contact the Government Procurement Service Helpdesk: Freephone: +44 3450103503 or Email: .

If you require further information before committing to participate in the engagement, please contact:

Subject of the email should be: PSN - RM1045 - PIN Enquiry
II. 4. Common Procurement Vocabulary (CPV)
64210000, 64211000, 64211100, 64211200, 64212000, 64212100, 64212200, 64212300, 64212400, 64212500,64212600, 64212700, 64212800, 64212900, 64213000, 64214000, 64214200, 64214400, 64215000,64216120, 64216130, 64216210, 64216300, 64220000, 64223000, 64224000, 64226000, 64227000,79510000, 79511000, 79512000.
VI.3)Information on general regulatory framework
Relevant governmental Internet sites where information can be obtained
Tax legislation http://www.hmrc.gov.uk/thelibrary/legislation.htm
Government Procurement Service
For the attention of: Network Services PSN Procurement Team
E-mail: Environmental protection legislation http://www.legislation.gov.uk/ukpga/1990/43/contents
Employment protection and working conditions http://www.direct.gov.uk/en/Employment/Employees/index.htm
VI.4)Date of dispatch of this notice:
13.5.2013