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 Notice

Communications Solutions

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e55f
Published by:
University of Essex
Authority ID:
AA20012
Publication date:
12 March 2025
Deadline date:
01 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
64225000 Air-to-ground telecommunications services Telecommunication services except telephone and data transmission services
45232332 Ancillary works for telecommunications Ancillary works for pipelines and cables
72212761 Anti-virus software development services Programming services of application software
48761000 Anti-virus software package Virus protection software package
32572000 Communications cable Communications equipment
32570000 Communications equipment Telecommunications equipment and supplies
32571000 Communications infrastructure Communications equipment
32412000 Communications network Local area network
48219700 Communications server software package Miscellaneous networking software package
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
72900000 Computer back-up and catalogue conversion services IT services: consulting, software development, Internet and support
72700000 Computer network services IT services: consulting, software development, Internet and support
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
72500000 Computer-related services IT services: consulting, software development, Internet and support
72212732 Data security software development services Programming services of application software
48732000 Data security software package Security software package
72320000 Database services Data services
32581000 Data-communications equipment Data equipment
32260000 Data-transmission equipment Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
48511000 Desktop communications software package Communication software package
73421000 Development of security equipment Pre-feasibility study and technological demonstration
32546100 Digital switchboards Digital switching equipment
32270000 Digital transmission apparatus Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
72212731 File security software development services Programming services of application software
48731000 File security software package Security software package
32252100 Hands-free mobile telephones GSM telephones
32252110 Hands-free mobile telephones (wireless) GSM telephones
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
45314000 Installation of telecommunications equipment Electrical installation work
51300000 Installation services of communications equipment Installation services (except software)
64227000 Integrated telecommunications services Telecommunication services except telephone and data transmission services
72420000 Internet development services Internet services
72400000 Internet services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
50333000 Maintenance services of radio-communications equipment Maintenance services of telecommunications equipment
50330000 Maintenance services of telecommunications equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
35700000 Military electronic systems Security, fire-fighting, police and defence equipment
48900000 Miscellaneous software package and computer systems Software package and information systems
32250000 Mobile telephones Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
64212000 Mobile-telephone services Telephone and data transmission services
32400000 Networks Radio, television, communication, telecommunication and related equipment
64000000 Postal and telecommunications services Other Services
72210000 Programming services of packaged software products Software programming and consultancy services
32344220 Radio pagers Reception apparatus for radiotelephony or radiotelegraphy
50331000 Repair and maintenance services of telecommunications lines Maintenance services of telecommunications equipment
66131000 Security brokerage services Brokerage and related securities and commodities services
72212730 Security software development services Programming services of application software
48730000 Security software package Software package utilities
48000000 Software package and information systems Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
35120000 Surveillance and security systems and devices Emergency and security equipment
32521000 Telecommunications cable Telecommunications cable and equipment
32520000 Telecommunications cable and equipment Telecommunications equipment and supplies
32522000 Telecommunications equipment Telecommunications cable and equipment
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
32523000 Telecommunications facilities Telecommunications cable and equipment
32412100 Telecommunications network Communications network
64200000 Telecommunications services Postal and telecommunications services
32524000 Telecommunications system Telecommunications cable and equipment
50332000 Telecommunications-infrastructure maintenance services Maintenance services of telecommunications equipment
64210000 Telephone and data transmission services Telecommunications services
32550000 Telephone equipment Telecommunications equipment and supplies
32543000 Telephone switchboards Switchboards
64212700 Universal Mobile Telephone System (UMTS) services Mobile-telephone services
72212760 Virus protection software development services Programming services of application software
48760000 Virus protection software package Software package utilities
32237000 Walkie-talkies Radio transmission apparatus with reception apparatus
32510000 Wireless telecommunications system Telecommunications equipment and supplies

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:
philip.sweeting@essex.ac.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.