Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

YPO - 001229 Network Connectivity and Telecommunication Solutions II

  • First published: 07 April 2025
  • Last modified: 07 April 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-046c25
Published by:
YPO
Authority ID:
AA24923
Publication date:
07 April 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
32412000 Communications network Local area network
72212732 Data security software development services Programming services of application software
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72710000 Local area network services Computer network services
32250000 Mobile telephones Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
72212000 Programming services of application software Programming services of packaged software products
64200000 Telecommunications services Postal and telecommunications services
72720000 Wide area network services Computer network services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Contracts@ypo.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.