Communications Solutions

A Tender Notice
by CRESCENT PURCHASING LIMITED

Source
Find a Tender
Type
Framework (Supply)
Duration
4 year
Value
£90M
Sector
TECHNOLOGY
Published
04 Jul 2022
Delivery
To 08 Aug 2026 (est.)
Deadline
08 Aug 2022 12:00

Concepts

Location

United Kingdom

Geochart for 6 buyers and 0 suppliers

Description

The Framework will provide a comprehensive range of communications and telecommunications solutions. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members/regions.php and potential members at https://www.get-information-schools.service.gov.uk/new. It is also open for use by all contracting authorities 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 and registered Social Landlords. 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 five Lots, with a maximum of 8 suppliers awarded a place on each of the Lots.

Lot Division

1 Unified Communications and Telephony
  • Value: £15M

The 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.

2 Network Connectivity
  • Value: £15M

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 and Wi-Fi.

3 Omni Channel/Multi Media Communications
  • Value: £15M

This Lot provides access to a comprehensive suite of Omni Channel/multi-media communications solutions addressing, amongst other aspects, the following characteristics: • Multi-media communications • Workforce management • Quality Assurance – User Experience Score Cards/Speech Analytics • Enquiry Reporting and Measuring • Customer Relationship Management Integration

4 Mobile Communications
  • Value: £15M

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, and associated value added services.

5 National One-Stop-Shop
  • Value: £30M

This Lot will provide access to the entire suite of communications solutions, supplies and services detailed within the scope of Lots 1, 2, 3 and 4 from a national one-stop-shop provision.

Renewal Options

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

CPV Codes

  • 32500000 - Telecommunications equipment and supplies
  • 64227000 - Integrated telecommunications services
  • 50332000 - Telecommunications-infrastructure maintenance services
  • 32581000 - Data-communications equipment
  • 32570000 - Communications equipment
  • 64210000 - Telephone and data transmission services
  • 50334400 - Communications system maintenance services
  • 64216000 - Electronic message and information services
  • 48511000 - Desktop communications software package
  • 50330000 - Maintenance services of telecommunications equipment
  • 32550000 - Telephone equipment
  • 64200000 - Telecommunications services
  • 32510000 - Wireless telecommunications system
  • 32580000 - Data equipment
  • 48219700 - Communications server software package
  • 45314000 - Installation of telecommunications equipment
  • 32524000 - Telecommunications system
  • 32571000 - Communications infrastructure
  • 51300000 - Installation services of communications equipment
  • 32412000 - Communications network
  • 50331000 - Repair and maintenance services of telecommunications lines
  • 32400000 - Networks
  • 32520000 - Telecommunications cable and equipment
  • 32412100 - Telecommunications network
  • 32572000 - Communications cable
  • 32521000 - Telecommunications cable
  • 32522000 - Telecommunications equipment
  • 32417000 - Multimedia networks
  • 32250000 - Mobile telephones
  • 64212000 - Mobile-telephone services
  • 32573000 - Communications control system
  • 32546100 - Digital switchboards
  • 32523000 - Telecommunications facilities
  • 64212700 - Universal Mobile Telephone System (UMTS) services
  • 50333000 - Maintenance services of radio-communications equipment
  • 32252100 - Hands-free mobile telephones
  • 32252110 - Hands-free mobile telephones (wireless)
  • 45314120 - Installation of switchboards
  • 32540000 - Switchboards
  • 32543000 - Telephone switchboards

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover a maximum number of lots.
  • Bids may cover one or more lots.
  • Options are available.
  • Renewals are not available.
  • Award on basis of price and quality.

Other Information

CPC Internal Reference Number is CPC/DU/TELE/02. The framework is being delivered by Crescent Purchasing Ltd through Crescent Purchasing Consortium and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Procurement Ltd are acting as agents of Crescent Purchasing Consortium 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. Crescent Purchasing Consortium 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 consortium'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 on a Lot 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 Lot in question 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 a particular Lot beyond the stated maximum number for that Lot, where their final evaluation score (s) is within 0.5% of the last placed position only on the particular Lot. For the avoidance of doubt, the last placed position in respect of this framework on each lot is eighth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position on a lot, shall be deemed to occupy the last framework agreement contract award position for that particular lot.

Reference

Domains