Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Telephone: +44 1206872954
E-mail: philip.sweeting@essex.ac.uk
NUTS: UK
Internet address(es)
Main address: https://www.essex.ac.uk/
Address of the buyer profile: https://www.essex.ac.uk/
I.1) Name and addresses
Public Sector
Parkside House 167
Bolton
BL1 4RA
UK
E-mail: holly.norton@dukefieldprocurement.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.dukefield.co.uk/about-us/
Address of the buyer profile: http://www.dukefield.co.uk/about-us/
I.1) Name and addresses
Dukefield Procurement Limited
Parkside House 167, Chorley
Bolton
BL1 4RA
UK
Telephone: +44 7966040564
E-mail: holly.norton@dukefieldprocurement.co.uk
NUTS: UKD3
Internet address(es)
Main address: http://www.dukefield.co.uk/about-us/
Address of the buyer profile: http://www.dukefield.co.uk/about-us/
I.1) Name and addresses
Education
Parkside House
Bolton
BL1 4RA
UK
E-mail: holly.norton@dukefieldprocurement.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.dukefield.co.uk/about-us/
Address of the buyer profile: http://www.dukefield.co.uk/about-us/
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://suppliers.multiquote.com
Additional information can be obtained from another address:
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Telephone: +44 1206872954
E-mail: philip.sweeting@essex.ac.uk
NUTS: UK
Internet address(es)
Main address: https://www.essex.ac.uk/
Address of the buyer profile: https://www.essex.ac.uk/
Tenders or requests to participate must be sent electronically to:
https://suppliers.multiquote.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Communications Solutions
Reference number: CA15266 - UOE/DU/TELE/01
II.1.2) Main CPV code
32500000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Framework will provide a comprehensive range of communications and telecommunications solutions. It is let by the University of Essex and is available for use by all organisations 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, Registered Social Landlords and any other body permitted by the Contracting Authority. 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 four Lots, with a maximum of 10 suppliers awarded a place on each of the Lots.
II.1.5) Estimated total value
Value excluding VAT:
90 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 4 lots
Maximum number of lots that may be awarded to one tenderer: 4
II.2) Description
Lot No: 1
II.2.1) Title
Unified Communications and Telephony
II.2.2) Additional CPV code(s)
45232332
72320000
32252100
32400000
32523000
32570000
48000000
32543000
32522000
72212730
72100000
32252110
64225000
32550000
48730000
72212760
72700000
72900000
72212761
32581000
48219700
48761000
32412100
32524000
72212731
48732000
64210000
64212700
32260000
48760000
73421000
64212000
72800000
35700000
45314000
32521000
32546100
32412000
72400000
32250000
72210000
50331000
32270000
66131000
32237000
32500000
72600000
32571000
72212732
64200000
72200000
35120000
50330000
64000000
32572000
72420000
50332000
48731000
64227000
50333000
51300000
72500000
48511000
48900000
32510000
32520000
32344220
72000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
The Lot 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 and Cyber Security provisions.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
22 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
Network Connectivity
II.2.2) Additional CPV code(s)
32400000
72210000
48760000
32270000
35120000
32550000
72420000
32572000
32546100
72800000
45232332
50331000
50330000
32252110
72212760
72212730
64200000
32510000
72600000
48219700
51300000
64227000
72500000
32524000
72700000
32571000
72320000
73421000
64212000
50333000
48000000
32570000
48732000
32521000
32522000
32543000
72212732
32250000
32520000
72000000
66131000
72400000
32252100
48731000
32344220
48730000
50332000
72100000
64000000
72212731
32500000
72200000
32260000
48511000
35700000
72212761
72700000
45314000
32523000
48900000
32237000
72900000
32412000
64225000
64212700
48761000
32412100
32581000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
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, Wi-Fi and Cyber Security provisions.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
22 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
Mobile Communications
II.2.2) Additional CPV code(s)
48732000
45232332
50331000
32270000
48000000
35120000
72100000
72200000
48761000
64210000
72900000
32250000
32523000
32570000
32524000
50332000
72500000
48760000
32521000
50330000
32572000
64200000
72320000
66131000
32522000
32510000
72212732
32550000
32520000
35700000
73421000
72212761
32546100
48730000
32237000
32412100
32571000
32581000
72212730
72700000
50333000
64212700
32252100
51300000
48219700
32500000
72210000
48511000
72212760
64227000
72212731
72600000
45314000
48900000
48731000
72420000
32344220
32260000
72400000
64000000
72800000
72000000
64212000
32400000
32412000
32543000
32252110
64225000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
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, associated value added services and Cyber Security provisions.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
22 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
National One-Stop-Shop
II.2.2) Additional CPV code(s)
32500000
64212000
72900000
32344220
32524000
32521000
32543000
32270000
32237000
32523000
48511000
72700000
32546100
72420000
72212760
32581000
32570000
32522000
72400000
72800000
32571000
72210000
66131000
64227000
48900000
32520000
72100000
72212731
48219700
73421000
48760000
72000000
32510000
35120000
35700000
50330000
72320000
72600000
32252110
64225000
32412000
51300000
72212732
32572000
50332000
64000000
48000000
32250000
45232332
32412100
64210000
72500000
50331000
48730000
64200000
48731000
72212730
32550000
64212700
72200000
72212761
32252100
32260000
32400000
45314000
50333000
48732000
48761000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
This Lot will provide access to the entire suite of communications solutions, supplies and services detailed within the scope of Lots 1, 2 and 3 from a national one-stop-shop provision.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
24 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 40
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/04/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
01/04/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The University of Essex's Internal Reference Number is UOE/DU/TELE/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex 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. The University of Essex 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 it'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 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 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 the framework beyond the stated maximum number, where their final evaluation score (s) is within 0.5% of the last placed position on the framework.
For the avoidance of doubt, for each Lot, the last placed position in respect of this framework is tenth. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.
VI.4) Procedures for review
VI.4.1) Review body
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Internet address(es)
URL: https://www.essex.ac.uk/
VI.4.2) Body responsible for mediation procedures
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Internet address(es)
URL: https://www.essex.ac.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Internet address(es)
URL: https://www.essex.ac.uk/
VI.5) Date of dispatch of this notice
20/02/2025