Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
UK
Contact person: Contracts Team
Telephone: +44 7901239756
E-mail: Contracts@ypo.co.uk
NUTS: UKE45
Internet address(es)
Main address: http://www.ypo.co.uk/
Address of the buyer profile: https://procontract.due-north.com/register?ReadForm
I.1) Name and addresses
NEPO
Northern Design Centre, Abbot's Hill
Gateshead
NE8 3DF
UK
Contact person: Nick McDonald
E-mail: Nick.McDonald@nepo.org
NUTS: UKC2
Internet address(es)
Main address: https://www.nepo.org/
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
YPO - 001229 Network Connectivity and Telecommunication Solutions II
Reference number: 001229
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
YPO are looking for Providers to be appointed onto a Framework Agreement for the
provision of Network Connectivity, cyber security, telecommunication and mobile, voice and
data services inclusive of all products, solutions, and associated services. Incorporating
technologies that are currently available and those which evolve through the lifetime of the
Framework.
The Framework is designed to meet the needs of all public sector organisations which
includes YPO’s and NEPO’s internal requirements, by establishing an agreement where the
end customer will place orders directly with the Provider on a ‘contract’ basis and the
Provider will deliver direct to the end customer on an agreed basis.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
750 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Wide Area Network (WAN) Services
II.2.2) Additional CPV code(s)
72720000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• Provision of wide area data connectivity services, both public and private, to connect multiple customer sites/networks/devices and transmit data across a broad geographical area
• Deliver reliable connections which provide high availability with flexible bandwidth options to allow for customer scalability and future expansion/upgrade
• Solutions must accommodate connectivity to a wide range of available (and evolving) connections and technologies, inclusive of the Internet of Things (IOT)
• Products, works, and services to deliver the solution including network equipment, hardware, and software relative for the delivery of this Lot
• Service provision to support components through to the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.
• The Provider must be an accredited provider of WAN connectivity solutions with appropriate accreditation which validates their expertise and service quality, such as top level (expert) vendor accreditation or approved partner status, in line with at least one enterprise network provider/vendor at minimum
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value/Sustainability
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will cover the period from 18 March 2025 – 17th March 2027 with the option of 2 x 12 months extensions to 17th March 2028 and 17th March 2029. The first decision to extend the Framework period will be taken by the end of December 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 18th March 2025 to 17th March 2029. The maximum contract period will therefore be 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 - Local Area Network (LAN) Services
II.2.2) Additional CPV code(s)
72710000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• A fully functional, single point connectivity solution to connect multiple devices and transmit data across a localised area, either at a single site, or multiple sites within the same locale. This includes multiple interconnected LAN’s such as, but not limited to, Campus Area Networks (CAN) and Metropolitan Area Networks (MAN).
• Deliver reliable connections which provide high availability with flexible bandwidth options to allow for customer scalability and future expansion/upgrade
• Solutions must accommodate connectivity to a wide range of available (and evolving) connections and technologies, inclusive of the Internet of Things (IOT)
• Products, works, and services to deliver the solution including network equipment, hardware and software relative for the delivery of this Lot including but not limited to cabling and storage area network (SAN) equipment
• Services to support the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.
• The Provider must be an accredited provider of LAN connectivity solutions with appropriate accreditation which validates their expertise and service quality, such as top level (expert) vendor accreditation or approved partner status, in line with at least one enterprise network provider/vendor at minimum.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value/Sustainability
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will cover the period from 18 March 2025 – 17th March 2027 with the option of 2 x 12 months extensions to 17th March 2028 and 17th March 2029. The first decision to extend the Framework period will be taken by the end of December 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 18th March 2025 to 17th March 2029. The maximum contract period will therefore be 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Lot 3 - Education Connectivity & Associated Services
II.2.2) Additional CPV code(s)
72212000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• Provision of WAN and LAN data connectivity services meeting the specification requirements as detailed in Lot 1 and Lot 2.
• Deliver reliable connections which provide high availability with flexible bandwidth options to allow for customer scalability and future expansion/upgrade
• Internet Service Provider (ISP) subscription services such as internet access and data transit, domain name registration, email access, web hosting, remote access and home working solutions, performance monitoring etc.
• The Provider acting as an ISP must deliver layer 2 services wherever possible, to ensure integrity and control of the network and maintain/manage their network of connections
• Provision of safeguarding, web filtering and security solutions to protect networks, devices and data to defend from cyber-attacks, which can be delivered ‘as a service’, managed, or unmanaged by the Provider
• Core services, where applicable should include and provide an anti-ddos service
• Provide a centralised platform to deliver access to all customer data and connectivity, filtering, firewall and monitoring services which enables reporting/analysis and management
• Provide customers with full access to a connectivity monitoring platform showing information such as but not limited to circuit and router health, uptime and bandwidth statistics, diagnostic tools
• Solutions must accommodate connectivity to a wide range of available (and evolving) connections and technologies, inclusive of the Internet of Things (IOT)
• Products, works, and services to deliver the solution including network equipment, hardware, and software relative for the delivery of this Lot
• Service provision to support components through to the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.
• The Provider must be an accredited provider of WAN/LAN education connectivity and ISP solutions with appropriate accreditation which validates their expertise and service quality, such as top level (expert) vendor accreditation or approved partner status, in line with at least one enterprise network provider/vendor at minimum.
• Compliance to the DfE’s internet standards to provide establishments with a stable and secure broadband connection and any future iterations throughout the lifetime of the Framework Agreement
• Compliance to the DfE’s Filtering and Monitoring standards and any future iterations throughout the lifetime of the Framework Agreement
• Compliance to the DfE’s Firewall standards and any future iterations throughout the lifetime of the Framework Agreement
• Fully adhere with the DfE’s Keeping Children Safe in Education 2023 and any future iterations throughout the lifetime of the Framework Agreement
• The Provider must be an Internet Watch Foundation member
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value/Sustainability
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will cover the period from 18 March 2025 – 17th March 2027 with the option of 2 x 12 months extensions to 17th March 2028 and 17th March 2029. The first decision to extend the Framework period will be taken by the end of December 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 18th March 2025 to 17th March 2029. The maximum contract period will therefore be 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Lot 4 - Smart City and IOT Technologies
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• A fully functional and resilient smart city solution which uses technology to connect a city/town/spaces and collect data (from citizens, devices and assets) to supply real time information which can be used to manage, monitor and interact with the city/town/spaces’ community and infrastructure, to create a smart environment.
• The Provider must be able to deliver part of components, through to a full end-to-end solution, which will support customers through their smart city project - from consultancy and design, to the building of architecture and infrastructure, connectivity and successful implementation of a suitable solution.
• Provide connectivity solutions which incorporate a wide range of available (and evolving) connections and technologies, inclusive of the Internet of Things (IOT)
• Provision of products, works, and services to deliver a full smart city/IOT connected solution, including all equipment, hardware and software applications for data analytics, monitoring and measurement
• Flexible solutions which are capable of integrating with existing infrastructure and/or solutions and will allow for customer scalability and future expansion/upgrade
• Security solutions to provide customers with safeguarding and protection of their smart city/IoT solution and associated data
• Services to support the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value/Sustainability
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will cover the period from 18 March 2025 – 17th March 2027 with the option of 2 x 12 months extensions to 17th March 2028 and 17th March 2029. The first decision to extend the Framework period will be taken by the end of December 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 18th March 2025 to 17th March 2029. The maximum contract period will therefore be 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Lot 5 - Cyber Security Solutions
II.2.2) Additional CPV code(s)
72212732
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• A cyber security solution to provide customers with safeguarding and protection of their
networks, devices, and data to defend from cyber-attacks which can be delivered ‘as a
service’, managed, or unmanaged by the Provider
• The Provider must be an accredited provider of cyber security solutions with appropriate accreditation which validates their expertise and service quality, such as top level (expert) vendor accreditation or approved partner status, in line with at least one cyber security provider/vendor at minimum.
• Products, works, and services required to deliver the solution
• Services to support the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value/Sustainability
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will cover the period from 18 March 2025 – 17th March 2027 with the option of 2 x 12 months extensions to 17th March 2028 and 17th March 2029. The first decision to extend the Framework period will be taken by the end of December 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 18th March 2025 to 17th March 2029. The maximum contract period will therefore be 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Lot 6 - Communication Services
II.2.2) Additional CPV code(s)
32412000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• An IP telecommunications solution which delivers voice and multimedia communications over IP based networks, to connect individuals or teams. This should be reliable, secured to industry standards and can be tailored to individual customer requirements.
• Solutions delivered ‘as a service’, managed or unmanaged by the Provider as specified by the Customer at call off
• Number porting services
• Flexible solutions which will allow for customer scalability and future expansion/upgrade
• Products, works, and services to deliver the solution such as hardware, and software relevant to this Lot (e.g. telephone handsets, headsets, conferencing units, associated accessories, licensing)
• Services to support the full end-to-end solution where required by the customer, including but not limited to help desk support, maintenance, monitoring and management. These services should be tailored to individual customer requirements and may be provided in elements, or as a fully managed service by the Provider.
• The Provider must be an accredited provider of IP telecommunication solutions with appropriate accreditation which validates their expertise and service quality, such as top level (expert) vendor accreditation or approved partner status, in line with at least one enterprise network provider/vendor at minimum.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value/Sustainability
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will cover the period from 18 March 2025 – 17th March 2027 with the option of 2 x 12 months extensions to 17th March 2028 and 17th March 2029. The first decision to extend the Framework period will be taken by the end of December 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 18th March 2025 to 17th March 2029. The maximum contract period will therefore be 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Lot 7 - Mobile, Voice and Data Services
II.2.2) Additional CPV code(s)
32250000
64200000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• A mobile communications solution which allows for the sending and receiving of voice calls, messaging and/or data connectivity services from compatible devices across a network which is secured to OFCOM industry standards (or any future obligations), with national coverage and roaming access in the UK and Internationally, where permissible by the Contracting Authority
• A range of tariff services including but not limited to; Pay as you consume (PAYC), unlimited tariffs (with or without excess charges)
• Flexible solutions which allow for customer agility, through a variety of available tariffs, bolt on services, value added services and packages which can be tailored to individual customer requirements
• Enable access to any future data networks which are made available during the life of this agreement
• Provision of SIM cards with numbering and porting services available
• Equipment, hardware and software relevant to this Lot (e.g. smart devices, IoT technologies and any associated accessories)
• Devices supplied to the customer must be unlocked, or will be unlocked at no additional charge to the customer on request and at least thirty (30) days prior to the expiry or termination of the Call-off Contract
• Reporting facilities to assist customers with managing their estate, including data capping and alert notifications when near or over allocated usage
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value/Sustainability
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will cover the period from 18 March 2025 – 17th March 2027 with the option of 2 x 12 months extensions to 17th March 2028 and 17th March 2029. The first decision to extend the Framework period will be taken by the end of December 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 18th March 2025 to 17th March 2029. The maximum contract period will therefore be 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-016782
Section V: Award of contract
Lot No: 1
Contract No: 001229
Title: Lot 1 - Wide Area Network (WAN) Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/03/2025
V.2.2) Information about tenders
Number of tenders received: 31
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
4NET TECHNOLOGIES LTD
Manchester
UK
NUTS: UKD3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Abzorb Systems Ltd
Brighouse
UK
NUTS: UKE44
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Aspire Technology Solutions Ltd
Gateshead
UK
NUTS: UKC2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Britannic Technologies Limited
Guildford
UK
NUTS: UKJ2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
British Telecommunications Public Limited Company
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Chess ICT Limited
Cheshire
UK
NUTS: UKD6
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Daisy Corporate Services Trading Limited
Solihull
UK
NUTS: UKG32
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Freshwave Services Limited
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Gamma Network Solutions Limited
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Glide Student & Residential Limited
Kenn
UK
NUTS: UKK23
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Intercity Technology Limited
Birmingham
UK
NUTS: UKG31
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
KCOM Group Limited
Hull
UK
NUTS: UKE11
The contractor is an SME:
No
V.2.3) Name and address of the contractor
MLL Telecom Ltd
Marlow
UK
NUTS: UKJ13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Node 4 Limited
Derby
UK
NUTS: UKF1
The contractor is an SME:
No
V.2.3) Name and address of the contractor
North PB Limited
St Asaph
UK
NUTS: UKL13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Nos Communicare Ltd
St Neots
UK
NUTS: UKH12
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Redcentric Solutions Limited
Harrogate
UK
NUTS: UKE22
The contractor is an SME:
No
V.2.3) Name and address of the contractor
RM Education Ltd
Abingdon
UK
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Softcat PLC
Marlow
UK
NUTS: UKJ13
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Southern Communications Corporate Solutions Limited
Basingstoke
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Talk Straight Limited
Ilkley
UK
NUTS: UKE41
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
The Networking People (TNP) Limited
Lancaster
UK
NUTS: UKD4
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Vizst Technology Ltd
Poole
UK
NUTS: UKK25
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 001229
Title: Lot 2 - Local Area Network (LAN) Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/03/2025
V.2.2) Information about tenders
Number of tenders received: 31
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
4NET TECHNOLOGIES LTD
Manchester
UK
NUTS: UKD3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Abzorb Systems Ltd
Brighouse
UK
NUTS: UKE44
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Aspire Technology Solutions Ltd
Gateshead
UK
NUTS: UKC2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
British Telecommunications Public Limited Company
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
CAE Technology Services Limited
Hemel Hempstead
UK
NUTS: UKH23
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Chess ICT Limited
Cheshire
UK
NUTS: UKD6
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Daisy Corporate Services Trading Limited
Solihull
UK
NUTS: UKG32
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Freshwave Services Limited
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Gamma Network Solutions Limited
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Glide Student & Residential Limited
Kenn
UK
NUTS: UKK23
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Intercity Technology Limited
Birmingham
UK
NUTS: UKG31
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ITGL Limited
Portsmouth
UK
NUTS: UKJ32
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
KCOM Group Limited
Hull
UK
NUTS: UKE11
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Logicalis UK Limited
Maidenhead
UK
NUTS: UKJ11
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Medhurst Communications Limited
Fareham
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
MLL Telecom Ltd
Marlow
UK
NUTS: UKJ13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Node 4 Limited
Derby
UK
NUTS: UKF1
The contractor is an SME:
No
V.2.3) Name and address of the contractor
North PB Limited
St Asaph
UK
NUTS: UKL13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Nos Communicare Ltd
St Neots
UK
NUTS: UKH12
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Plannet21 Communications Limited
Milton Keynes
UK
NUTS: UKJ12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Redcentric Solutions Limited
Harrogate
UK
NUTS: UKE22
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Softcat PLC
Marlow
UK
NUTS: UKJ13
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Talk Straight Limited
Ilkley
UK
NUTS: UKE41
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Telefonica Tech Northern Ireland Limited
Belfast
UK
NUTS: UKN06
The contractor is an SME:
No
V.2.3) Name and address of the contractor
The Networking People (TNP) Limited
Lancaster
UK
NUTS: UKD4
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Vizst Technology Ltd
Poole
UK
NUTS: UKK25
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 001229
Title: Lot 3 - Education Connectivity & Associated Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/03/2025
V.2.2) Information about tenders
Number of tenders received: 10
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Abzorb Systems Ltd
Brighouse
UK
NUTS: UKE44
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
British Telecommunications Public Limited Company
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
CloudClevr Limited
Cheltenham
UK
NUTS: UKK13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Glide Student & Residential Limited
Kenn
UK
NUTS: UKK23
The contractor is an SME:
No
V.2.3) Name and address of the contractor
KCOM Group Limited
Hull
UK
NUTS: UKE11
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Medhurst Communications Limited
Fareham
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
MLL Telecom Ltd
Marlow
UK
NUTS: UKJ13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
RM Education Ltd
Abingdon
UK
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Talk Straight Limited
Ilkley
UK
NUTS: UKE41
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Contract No: 001229
Title: Lot 4 - Smart City and IOT Technologies
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/03/2025
V.2.2) Information about tenders
Number of tenders received: 13
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
4NET TECHNOLOGIES LTD
Manchester
UK
NUTS: UKD3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Abzorb Systems Ltd
Brighouse
UK
NUTS: UKE44
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
British Telecommunications Public Limited Company
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
MLL Telecom Ltd
Marlow
UK
NUTS: UKJ13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
North PB Limited
St Asaph
UK
NUTS: UKL13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Omnia Smart Technologies Limited
Fleet
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Softcat PLC
Marlow
UK
NUTS: UKJ13
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Talk Straight Limited
Ilkley
UK
NUTS: UKE41
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Trinsic Limited
Fareham
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ultima Business Solutions Ltd
Reading
UK
NUTS: UKJ11
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Contract No: 001229
Title: Lot 5 - Cyber Security Solutions
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/03/2025
V.2.2) Information about tenders
Number of tenders received: 25
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
4NET TECHNOLOGIES LTD
Manchester
UK
NUTS: UKD3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Aspire Technology Solutions Ltd
Gateshead
UK
NUTS: UKC2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
British Telecommunications Public Limited Company
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
CAE Technology Services Limited
Hemel Hempstead
UK
NUTS: UKH23
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Charterhouse Voice & Data Limited
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Chess ICT Limited
Cheshire
UK
NUTS: UKD6
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Daisy Corporate Services Trading Limited
Solihull
UK
NUTS: UKG32
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Exponential-E Limited
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Gamma Network Solutions Limited
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Intercity Technology Limited
Birmingham
UK
NUTS: UKG31
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ITGL Limited
Portsmouth
UK
NUTS: UKJ31
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
KCOM Group Limited
Hull
UK
NUTS: UKE11
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Logicalis UK Limited
Maidenhead
UK
NUTS: UKJ11
The contractor is an SME:
No
V.2.3) Name and address of the contractor
MLL Telecom Ltd
Marlow
UK
NUTS: UKJ13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Phoenix Software Limited
York
UK
NUTS: UKE21
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Plannet21 Communications Limited
Milton Keynes
UK
NUTS: UKJ12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Southern Communications Corporate Solutions Limited
Basingstoke
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Talk Straight Limited
Ilkley
UK
NUTS: UKE41
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Telefonica Tech Northern Ireland Limited
Belfast
UK
NUTS: UKN06
The contractor is an SME:
No
V.2.3) Name and address of the contractor
The Networking People (TNP) Limited
Lancaster
UK
NUTS: UKD4
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ultima Business Solutions Ltd
Reading
UK
NUTS: UKJ11
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Vizst Technology Ltd
Poole
UK
NUTS: UKK25
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Contract No: 001229
Title: Lot 6 - Communication Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/03/2025
V.2.2) Information about tenders
Number of tenders received: 29
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
4NET TECHNOLOGIES LTD
Manchester
UK
NUTS: UKD3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Abzorb Systems Ltd
Brighouse
UK
NUTS: UKE44
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Aspire Technology Solutions Ltd
Gateshead
UK
NUTS: UKC2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Britannic Technologies Limited
Guildford
UK
NUTS: UKJ2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
British Telecommunications Public Limited Company
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Chess ICT Limited
Cheshire
UK
NUTS: UKD6
The contractor is an SME:
No
V.2.3) Name and address of the contractor
CloudClevr Limited
Cheltenham
UK
NUTS: UKK13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Daisy Corporate Services Trading Limited
Solihull
UK
NUTS: UKG32
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Exchange Communications Installations Limited
Kirkintilloch
UK
NUTS: UKM81
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Gamma Network Solutions Limited
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Intercity Technology Limited
Birmingham
UK
NUTS: UKG31
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ITGL Limited
Portsmouth
UK
NUTS: UKJ31
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
KCOM Group Limited
Hull
UK
NUTS: UKE11
The contractor is an SME:
No
V.2.3) Name and address of the contractor
MLL Telecom Ltd
Marlow
UK
NUTS: UKJ13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
NG Bailey IT Services Limited
Leeds
UK
NUTS: UKE42
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Nos Communicare Ltd
St Neots
UK
NUTS: UKH12
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Opus Business Systems Limited
Reigate
UK
NUTS: UKJ2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Plannet21 Communications Limited
Milton Keynes
UK
NUTS: UKJ12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Redcentric Solutions Limited
Harrogate
UK
NUTS: UKE22
The contractor is an SME:
No
V.2.3) Name and address of the contractor
RM Education Ltd
Abingdon
UK
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Southern Communications Corporate Solutions Limited
Basingstoke
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Talk Straight Limited
Ilkley
UK
NUTS: UKE41
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Trinsic Limited
Fareham
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Contract No: 001229
Title: Lot 7 - Mobile, Voice and Data Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/03/2025
V.2.2) Information about tenders
Number of tenders received: 15
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Abzorb Systems Ltd
Brighouse
UK
NUTS: UKE44
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
British Telecommunications Public Limited Company
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Chess ICT Limited
Cheshire
UK
NUTS: UKD6
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Daisy Corporate Services Trading Limited
Solihull
UK
NUTS: UKG32
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Gamma Network Solutions Limited
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Intercity Technology Limited
Birmingham
UK
NUTS: UKG31
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Omnia Smart Technologies Limited
Fleet
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Opus Business Systems Limited
Reigate
UK
NUTS: UKJ2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
RoamingExpert.Com Limited
Bamber Bridge
UK
NUTS: UKD4
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Southern Communications Corporate Solutions Limited
Basingstoke
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Talk Straight Limited
Ilkley
UK
NUTS: UKE41
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Trinsic Limited
Fareham
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
YPO are purchasing on the behalf of other contracting authorities. Please see the below link for
details: https://www.ypo.co.uk/about/customers/permissible-users.
YPO will incorporate a standstill period at the point of notification of the award of the contract is
provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and
provides time for unsuccessful tenderers to challenge the award decision before the contract is
entered into. The Public Contracts Regulations 2015 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).”
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
03/04/2025