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

Buying Solutions as the Contracting Authority has put in place a Pan Government Framework Agreement for use by UK public sector bodies (identified at VI.2) including but not limited to Central Government Departments and their Agencies, Non ...

CONTRACT AWARD NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Buying Solutions
Rosebery Court, St Andrews Business Park
Attn: Corporate Service Desk
NR7 0HS Norwich
UNITED KINGDOM
Tel. +44 3454102222
E-mail:

Internet address(es)

General address of the contracting authority www.buyingsolutions.gov.uk

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Ministry or any other national or federal authority, including their regional or local sub-divisions
Other Public Procurement
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract
Managed Telecommunications Convergence Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 5
Main place of performance Primarily in the UK with some limited requirements overseas.

NUTS code UK

II.1.3)The notice involves
The conclusion of a framework agreement
II.1.4)Short description of the contract or purchase(s)
Buying Solutions as the Contracting Authority has put in place a Pan Government Framework Agreement for use by UK public sector bodies (identified at VI.2) including but not limited to Central Government Departments and their Agencies, Non Departmental Public Bodies; NHS bodies and Local Authorities.
The above Public Sector Bodies have a need for the provision of managed telecommunications services to facilitate inter-organisational collaboration through secure communication, interoperability and sharing of information. This Framework Agreement will address this need.
The Framework Agreement has an initial term of 2 years, with the option to extend for 2 further terms each of up to 1 year’s duration.
The services available under the Framework Agreement include voice, video, unified communications and network services, plus associated design, consultancy and other professional and supporting services.

Services will provide for a range of Impact Levels up to and including 3,3,4, with possible occasional requirement for applications at higher levels. Impact Levels 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 www.cesg.gov.uk/policy_technologies/policy/policy.shtml.

Buying Solutions is currently conducting a further competition with the Framework Suppliers to award call-off contract(s) to replace the Managed Telecommunications Service (Mts), a service managed by Buying Solutions that provides managed telecommunications solutions for the public sector. Other customers (and Buying Solutions) may call-off additional contracts under this Framework Agreement.
The services shall be provided primarily to the UK, although the Framework may also be used by UK Contracting Authorities to service their overseas sites.
The duration of call-off contracts placed under this Framework will not exceed 4 years.
Services to be provided within this Framework Agreement:
The services listed below are offered as Managed Services, defined as delivery of services or applications from end to end, including support processes and functions such as support desk, maintenance and other associated ancillary operations. Service management will conform to recognised industry standards.
1. Voice Services including but not limited to:
1.1. Voice telephony services, including end user equipment, to support multiple customer organisations using technologies for time division multiplexing (TDM) and Internet Protocol (IP) telephony;
1.2. Enterprise functionality for per-user Direct Dialling Inwards, call diversion, group pickup, manager/secretary working, etc.
1.3. Audio conferencing services;
1.4. Voicemail;
1.5. Audio recording;
1.6. Call centre and contact centre services including virtual contact centres;
1.7. Connectivity to the Public Switched Telephone Network;
1.8. Interconnection with customers’ existing telephony systems;
1.9. Intercommunication with other voice services (including those of other suppliers) through appropriately protected gateways;
1.10. Fixed-mobile Services;
1.11. Mobile extensions;
1.12. Telephone operator services;
1.13. Directory services.
2. Video services including but not limited to:
2.1. Fixed studio video conferencing services including tele-presence services;
2.2. Desktop video conferencing including remote (out of office) working;
2.3. Video conferencing management services including booking, live help, directory services;
2.4. IP CCTV services;
2.5. IPTV services including the ability to connect to content providers as required;
2.6. Streaming video and broadcast quality video services;
2.7. The provision and ongoing support of customer premises equipment.
3. Unified Communications Services including but not limited to:
3.1. Provision and ongoing support of unified communications and collaborative working services to support multiple customer organisations;
3.2. Presence awareness;
3.3. Real time messaging;
3.4. Web conferencing
3.5. End user video conferencing;
3.6. End user voice communication;
3.7. Email & voicemail integration (unified messaging);
3.8. Extended messaging applications for voice to text and text to voice, document collaboration and desktop sharing;
3.9. Collaborative Working and Knowledge Sharing services.
4. Network Services to support voice, video and data applications, including but not limited to:
4.1. Network connectivity (including connectivity via the use of satellite and other wireless services) to any end location, from large to small buildings, shared or single occupancy, and including users’ domestic residences;
4.2. A range of network connectivity options for capacity, performance, interoperability, class and quality of service and availability;
4.3. The ability to specify for each connection a range of service classes to meet the differing priority demands of different Customer traffic types, such as voice, video and data;
4.4. Flexible capacity options, where there are known peaks in demand or the need to respond quickly to unforeseeable temporary peaks in demand;
4.5. Appropriately protected gateways to the Internet and other networks as required;
4.6. The ability to establish segregated customer-specific and community network services;
4.7. Customer Local Area Networks (LANs), cabling and associated Uninterruptible Power Supplies;
4.8. Managed intrusion detection and prevention services;
4.9. Encryption services.
5. Intercommunication Services including but not limited to:
5.1. Secure intercommunication between services provided by various suppliers.
6. Remote Access Services including but not limited to:
6.1. Mobility solutions to enable users to access their voice services from any location;
6.2. Remote Access solutions to enable users to securely access their business services from any location;
6.3. Services to allow partners and third-parties to securely access information.
7. Design, Deployment and Transition Services in respect of services provided within this Framework, including but not limited to:
7.1. Planning, specifying and designing acquisition, deployment, transition and integration;
7.2. Implementation including testing and integration;
7.3. Project and programme management;
7.4. Compatibility planning with legacy systems and technologies;
7.5. Transition from legacy systems and technologies;
7.6. Exit arrangements and transition to successor services;
7.7. Consultancy and design relating to the services provided under this Framework.
Common Service Attributes.
Framework suppliers offer the following:
- Business Continuity.
Framework suppliers will offer business continuity, disaster recovery and rapid deployment services in respect of the services they offer in this Framework.
- Flexible Billing.
Framework suppliers will offer flexible billing options, including split/cost centre billing for shared services and split billing to multiple points within individual customer organisations.
Standards.
Framework suppliers will comply with the following standards and requirements:
- Next Generation Networks (NGNs).

Note: The NGN Procurement Standards Project was initiated as part of the Cabinet Office’s NGN Risk Mitigation Programme, and the resulting guidance may be downloaded from: www.ogc.gov.uk/procurement_documents_telecoms_procurement.asp.

- Sustainability.
The sustainability of services offered under the Framework will be key in reducing customers’ carbon footprint, not only in energy consumption but also in enabling further wider reductions.
- Public Sector Network (PSN).
The UK PSN is a developing concept of interoperating services creating the effect of a single network. The standards will govern both interconnection of service provider networks and the relevant key service characteristics/attributes that ensure interoperability and end-to-end service assurance.

Further information on the PSN may be found at: www.cabinetoffice.gov.uk/cio/public_sector_network.aspx.

II.1.5)Common procurement vocabulary (CPV)

64200000, 92222000, 80531200, 79714000, 79711000, 79710000, 79512000, 79511000, 79510000, 79421200, 79421100, 79421000, 79212000, 72720000, 72710000, 72700000, 72511000, 72411000, 72400000, 72322000, 72318000, 72315200, 72315100, 72315000, 72267100, 72267000, 72266000, 72265000, 72264000, 72263000, 72262000, 72261000, 72260000, 72254100, 72254000, 72253200, 72253100, 72253000, 72252000, 72251000, 72250000, 72246000, 72230000, 72228000, 72227000, 72225000, 72224200, 72224100, 72224000, 72223000, 72222300, 72226000, 72222200, 72222000, 72212761, 72212760, 72212515, 72212514, 72212224, 72212221, 72212220, 72212214, 72212211, 72212210, 72212200, 72150000, 72140000, 72130000, 72120000, 72110000, 72100000, 72000000, 71631000, 71630000, 71621000, 71620000, 71356400, 71356300, 71356200, 71356100, 71356000, 71316000, 64227000, 64224000, 64223000, 64222000, 64221000, 64216110, 64216100, 64216000, 64215000, 64214400, 64214200, 64212300, 64212200, 64212100, 64212000, 64211200, 64211100, 64211000, 64210000, 51610000, 51600000, 51340000, 51314000, 51311000, 51310000, 51300000, 50610000, 50343000, 50342000, 50340000, 50334400, 50334200, 50334140, 50334130, 50334120, 50334110, 50334100, 50334000, 50333000, 50332000, 50331000, 50330000, 50312320, 50312310, 50312300, 50300000, 48825000, 48821000, 48820000, 48761000, 48760000, 48732000, 48731000, 48730000, 48610000, 48515000, 48514000, 48513000, 48512000, 48510000, 48223000, 48222000, 48221000, 48220000, 48219800, 48219700, 48219600, 48219500, 48219100, 48219000, 48214000, 48211000, 48210000, 48200000, 45315300, 45314320, 45314310, 45314300, 45314200, 45314120, 45314100, 45314000, 45312330, 45311000, 45310000, 45232332, 45232311, 45232310, 45232300, 45231600, 35125300, 35125110, 35125000, 35123500, 32581200, 32581100, 32581000, 32580000, 32572000, 32571000, 32570000, 32562300, 32562200, 32562100, 30237240, 31154000, 32222000, 32223000, 32231000, 32232000, 32234000, 32235000, 32236000, 32250000, 32260000, 32270000, 32320000, 32321200, 32322000, 32323000, 32323300, 32323400, 32323500, 32330000, 32342440, 32344000, 32344110, 32344270, 32400000, 32410000, 32411000, 32412000, 32412100, 32412110, 32412120, 32413000, 32413100, 32415000, 32416000, 32416100, 32417000, 32418000, 32420000, 32421000, 32422000, 32423000, 32424000, 32425000, 32427000, 32428000, 32429000, 32430000, 32500000, 32510000, 32520000, 32521000, 32522000, 32523000, 32524000, 32530000, 32540000, 32543000, 32544000, 32545000, 32546000, 32546100, 32550000, 32551000, 32551100, 32551200, 32551300, 32551400, 32551500, 32552000, 32552100, 32552110, 32552120, 32552130, 32552140, 32552150, 32552160, 32552300, 32552310, 32552320, 32552330, 32552410, 32552430, 32552600

II.1.6)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.2)TOTAL FINAL VALUE OF CONTRACT(S)
II.2.1)Total final value of contract(s)
Lowest offer 60 000 000 and highest offer 500 000 000 GBP

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Competitive dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Price. Weighting 35
2. Contractual compliance. Weighting 15
3. Service descriptions, requirements & service levels. Weighting 20
4. Transition. Weighting 20
5. PSN Convergence. Weighting 10
IV.2.2)An electronic auction has been used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
RM827
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2009/S 239-342337 of 7.12.2009

SECTION V: AWARD OF CONTRACT

CONTRACT NO: RM827/ATITLE Managed Telecommunications Convergence Framework (MTCF).
V.1)Date of contract award decision:
22.6.2011
V.2)NUMBER OF OFFERS RECEIVED:
3
V.3)NAME AND ADDRESS OF ECONOMIC OPERATOR IN FAVOUR OF WHOM A CONTRACT AWARD DECISION HAS BEEN TAKEN

Global Crossing Limited
Chineham Gate, Crockford Land
RG24 8NA Basingstoke
UNITED KINGDOM
E-mail:
Tel. +44 08004961000
Internet: www.globalcrossing.com
Fax +44 08004961000

V.4)INFORMATION ON VALUE OF CONTRACT
V.5)THE CONTRACT IS LIKELY TO BE SUB-CONTRACTED
Yes value or proportion of the contract likely to be sub-contracted to third parties
Not known
CONTRACT NO: RM827/CTITLE Managed Telecommunications Convergence Framework (MTCF).
V.1)Date of contract award decision:
22.6.2011
V.2)NUMBER OF OFFERS RECEIVED:
3
V.3)NAME AND ADDRESS OF ECONOMIC OPERATOR IN FAVOUR OF WHOM A CONTRACT AWARD DECISION HAS BEEN TAKEN

Virgin Media Business Limited
30a Church Road
TN1 1JP Tunbridge Wells
UNITED KINGDOM
E-mail:
Tel. +44 1892682001
Internet: www.telewest.co.uk
Fax +44 1892682001

V.4)INFORMATION ON VALUE OF CONTRACT
V.5)THE CONTRACT IS LIKELY TO BE SUB-CONTRACTED
Yes value or proportion of the contract likely to be sub-contracted to third parties
Not known
CONTRACT NO: RM827/BTITLE Managed Telecommunications Convergence Framework (MTCF).
V.1)Date of contract award decision:
22.6.2011
V.2)NUMBER OF OFFERS RECEIVED:
3
V.3)NAME AND ADDRESS OF ECONOMIC OPERATOR IN FAVOUR OF WHOM A CONTRACT AWARD DECISION HAS BEEN TAKEN

Siemens Enterprise Communications
Willen Lake, Brickhill Street
MK15 0DJ Milton Keynes
UNITED KINGDOM
E-mail:
Tel. +44 1908855758
Internet: www.siemens.com
Fax +44 1908855758

V.4)INFORMATION ON VALUE OF CONTRACT
V.5)THE CONTRACT IS LIKELY TO BE SUB-CONTRACTED
Yes value or proportion of the contract likely to be sub-contracted to third parties
Not known

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY COMMUNITY FUNDS
No
VI.2)ADDITIONAL INFORMATION
The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.2.1 is only an estimate. We cannot guarantee to suppliers any business through this Framework Agreement. Any business will be subject to Further Competition with all capable suppliers.
Buying Solutions has enabled this Framework Agreement for use by or on behalf of UK public sector bodies (and their statutory successors and organisations created as a result of re-organisation or organisational changes). These include the bodies set out below:

Central Government Departments, Executive Agencies and NDPBs http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm.

Executive Agencies http://www.cabinetoffice.gov.uk/ministerial_responsibilities/executive_agencies.aspx.

Public Corporations http://www.shareholderexecutive.gov.uk/portfolio/index.asp.

Local Authorities http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG).

NDPBs http://beta.civilservice.gov.uk/Assets/Master%209 %20March%20version_tcm6-6429.pdf http://beta.civilservice.gov.uk/jobs/Departments-NDPBs-AtoL/A-to-L.aspx.

National Parks Authorities http://www.nationalparks.gov.uk/.

Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but NOT Independent Schools http://www.edubase.gov.uk/search.xhtml;jsessionid=4767F89630A039E98FE593093D577013?clear=true.

Police Forces http://www.police-information.co.uk/police-directory/index.php?cat=6&subcat;=29.

Fire and Rescue Services (including Scotland, Wales and Northern Ireland) http://www.fireservice.co.uk/information/ukfrs.php

NHS Bodies England including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities, Community Health Councils, Local Health Boards, NHS Trusts, including Ambulance Trusts. (There is also a drill down to NHS Doctors making them ‘easily identifiable’) http://www.dh.gov.uk/en/Aboutus/OrganisationsthatworkwithDH/Armslengthbodies/Categorisationofarmslengthbodies/index.htm http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx http://www.general-practitioners-uk.co.uk/

Hospices.

Hospices in UK including Scotland, Wales and Northern Ireland http://www.hauraki.co.uk/hospice_uk/.

Registered Social Landlords (Housing Associations) http://www.housingcorp.gov.uk/server/show/nav.490

Charities.
Third Sector organisations whose activities involve the delivery of public services [Note: do you intend this to be a separate heading as third sector organisations also include community groups, co-operatives and mutuals, voluntary groups and social enterprises.

Citizens Advice http://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices.htm.

Scottish Public Bodies.
Scottish Government.
The Scottish Government & Ministers.
Scottish Local Authorities.
Scotland Excel CoPE is the CoPE for the majority of Scotland’s Local Authorities.
Scottish Agencies, NDPBs.
Central Government CoPE is the CoPE for all Scottish Agencies, NDPB’s, Advisory NDPB’s, Public Corporations and Tribunals.

Cross Border Public Authorities http://www.legislation.gov.uk/si/si1999/19991319.htm.

Scottish NHS Bodies.
National Procurement CoPE for NHS.
Scottish Further and Higher Education Bodies.
APUC CoPE (for Colleges and Universities the below link takes you to a list of organisations on the SHEFC site).
Scottish Police.
Scottish Police Forces & Associated Bodies.
Scottish Fire and Rescue.
Scottish Fire & Rescue Services link to the 8 Services.
Scottish Housing Associations.
Scottish Housing Associations (this site shows the Housing Associations signed up to SFHA).
Scottish Parliament.
Scottish Parliamentary Corporate Body (SPCB) - The Scottish Parliament.
The Scotland Office.
The Scotland Office.
Scotland Citizens Advice.
Citizens Advice.
Scottish Schools.
Primary Schools.
Secondary Schools.
Special Schools.

Welsh Public Bodies National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities http://www.assemblywales.org/abthome/abt-links.htm http://new.wales.gov.uk/?lang=en https://www.sell2wales.co.uk/help/2158.html.

NHS Wales http://www.wales.nhs.uk/catorgs.cfm#1.

NHS Wales GP Practices http://www.nhsdirect.wales.nhs.uk/small/en/home/healthinformation/usefulpatientinformation/localhealthboards.

Police Forces Wales http://www.police-information.co.uk/police-directory/index.php?cat=6&subcat;=32.

NI Public Bodies.

Northern Ireland Government Departments http://www.northernireland.gov.uk/gov.htm.

Northern Ireland Public Sector Bodies and Local Authorities http://www.northernireland.gov.uk/az2.htm.

Schools in Northern Ireland http://www.denidata.nics.gov.uk/appinstitutes/instmain.aspx.

Further and Higher Education in Northern Ireland http://www.unixl.com/info/northern-ireland.htm.

Health and Social care in Northern Ireland http://www.hscni.net/index.php?link=hospitals http://www.hscni.net/index.php?link=boards http://www.hscni.net/index.php?link=agencies http://www.hscni.net/index.php?link=councils http://www.centralservicesagency.com/files/currentmedicallists/file/Northern%20Ireland%20Practice%20List.xls.

Police Service of Northern Ireland http://www.police-information.co.uk/police-directory/view.php?id=31&page;=0&cat;=6&subcat;=31&subsubcat;=0.

Citizens Advice Northern Ireland http://www.citizensadvice.co.uk/en/Where-We-Are/Bureaus/ http://www.citizensadvice.co.uk/en/About-Us/Contact/.

VI.3)PROCEDURES FOR APPEAL
VI.3.1)Body responsible for appeal procedures

This procurement is subject to review by the courts of England and Wales
UNITED KINGDOM

Body responsible for mediation procedures

DRS-CIArb, on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
E-mail:
Tel. +44 08452707055
Internet: www.padre.org.uk

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within three months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages.
VI.3.3)Service from which information about the lodging of appeals may be obtained

Buying Solutions
3rd Floor, Royal Liver Building, Pier Head
L3 1PE Liverpool
UNITED KINGDOM
Tel. +44 3454102222
Internet: www.buyingsolutions.gov.uk

VI.4)DATE OF DISPATCH OF THIS NOTICE:
8.8.2011