
Market Leads & Opportunities
United Kingdom-Manchester: Framework for the Provision of Telecommunications and Associated Services
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2018/S 083-186874/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable
Contract award notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Crescent Purchasing Consortium
Postal address: Technology House, Lissadel Street, Salford
Town: Manchester
Postal code: M6 6AP
Country: United Kingdom
Contact Person: Steve Davies
Telephone: +44 7966040564
Email: steve.davies@npg-ltd.com
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
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: Framework for the Provision of Telecommunications and Associated Services
Reference number: CPC/DU/TELE/16
II.1.2) Main CPV code: 32000000
II.1.3) Type of contract Supplies
II.1.4) Short Description: The Contracting Authority has established a Framework Agreement for the Provision of Telecommunications and Associated Services. The Framework Agreement is established to meet the needs of Crescent Purchasing Consortium Members, , and is also for use by all other public sector contracting authorities throughout the UK (and any future successors to these organisations). These include (but are not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords.
Full details of the classification of end user establishments and geographical areas is available at
The framework is awarded across six lots.
II.1.6) Information about lots:
The contract is divided into lots: yes
II.1.7) Total value of the procurement(excluding VAT)
Value:240000000.00
Currency:GBP
II.2) Description
II.2.1) Title: Integrated and Unified Communications Solutions
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 32500000
Main CPV code: 32510000
Main CPV code: 32550000
Main CPV code: 32300000
Main CPV code: 64210000
Main CPV code: 64227000
Main CPV code: 32580000
Main CPV code: 64216000
Main CPV code: 50332000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot is for the provision of Integrated and Unified Communications Solutions. Unified communications intelligently combines voice, video, instant messaging, mobile voice and data, and other multimedia services in a bespoke way depending on the end users’ needs. This Lot covers all encompassing solutions offering for example Desktop Agent/Supervisor, Contact Centre, Video Conferencing, and Email and Text management functionality. Software and hardware offered is expected to include as a minimum the following key deliverables:
— Servers.
— Telephony.
— Unified Messaging.
— IP Phones and Softphones.
— Licences.
— Implementation.
— Operations Support.
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:75
Price – Weighting:25
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
II.2.14) Additional information: The Framework commenced on 23.4.2018.
II.2.1) Title: IP Telephony, Voice Over IP Services, Call Tariff Packges and Billing as relevant to the SIP Environment
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 32500000
Main CPV code: 32510000
Main CPV code: 32550000
Main CPV code: 32300000
Main CPV code: 64210000
Main CPV code: 64227000
Main CPV code: 32580000
Main CPV code: 64216000
Main CPV code: 50332000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot is for the provision of IP Telephony, Voice Over IP Services and Call Tariff Packages. This Lot encompasses the provision and support of IP ‘replacement’ solutions without full integration/ Unified Communications. These may be:
— Voice over IP (VoIP) gateways for connection of external calls using PABX systems.
— LAN-based IP telephones.
— Integrated desktop/ laptop IP telephony applications.
— Session Initiated Protocol (SIP) based services for voice calls over internet/ intranet/ extranet services.
— It also incorporates Third Party Billing Analysis and Management etc as relevant to the SIP environment.
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:75
Price – Weighting:25
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
II.2.14) Additional information: The Framework commenced on 23rd April 2018.
II.2.1) Title: Wide Area Network, Virtual Private Network and Broadband Services
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 32500000
Main CPV code: 32520000
Main CPV code: 32550000
Main CPV code: 32510000
Main CPV code: 64210000
Main CPV code: 32420000
Main CPV code: 32430000
Main CPV code: 32440000
Main CPV code: 50332000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot provides access to the full range of Wide Area Network (WAN), Virtual Private Network (VPN) and Broadband Services. This Lot provides access to the full range of WAN and data services. There will be an emphasis on IP converged networks, and the Lot will include complete managed networks (e.g. WANs or VPNs). The Lot will look for Suppliers with experience of working with JISC and their JANET network, but this will not be a mandatory requirement or preclude suitable suppliers who do not have this experience.
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:75
Price – Weighting:25
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
II.2.14) Additional information: The Framework commenced on 23.4.2018.
II.2.1) Title: Local Area Networks and Associated Services
Lot No:4
II.2.2)Additional CPV code(s)
Main CPV code: 32500000
Main CPV code: 32520000
Main CPV code: 32550000
Main CPV code: 32510000
Main CPV code: 64210000
Main CPV code: 32410000
Main CPV code: 32420000
Main CPV code: 64200000
Main CPV code: 64220000
Main CPV code: 72710000
Main CPV code: 50332000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot encompasses the provision and support of digital connections, network equipment and servers, along with associated support services within premises, and will include Managed LAN services and WiFi where incorporated as part of a Managed LAN environment. For the avoidance of doubt, in the academic and educational sectors, internal LANs within premises can also be extended between premises, where:
— The connection between premises remains within the curtilage of the institution’s campus and does not traverse a public highway (unless by means of a communication system described below), or.
— The connection is conveyed between premises owned or occupied by the institution by means of a radio or optical link, or a cable carried within a duct owned by the institution.
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:75
Price – Weighting:25
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
II.2.14) Additional information: The Framework commenced on 23.4.2018.
II.2.1) Title: PABX Systems, PSTN Lines, Call Tariff Packages and Billing Solutions
Lot No:5
II.2.2)Additional CPV code(s)
Main CPV code: 32500000
Main CPV code: 32520000
Main CPV code: 32550000
Main CPV code: 32510000
Main CPV code: 64210000
Main CPV code: 32420000
Main CPV code: 64200000
Main CPV code: 64220000
Main CPV code: 32540000
Main CPV code: 32544000
Main CPV code: 32545000
Main CPV code: 32546000
Main CPV code: 32546100
Main CPV code: 32541000
Main CPV code: 32543000
Main CPV code: 50332000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot encompasses the provision and support of switching systems for internal and external telephony, along with associated connections to switched telephony services, such as PABX Systems, PSTN Lines, Call Tariff Packages and Billing Solutions. These may be:
— Fully integrated PABX or other telephony switching systems.
— Discrete but networked PABX or other telephony switching systems.
— Switched telephony (PSTN) lines or their digital equivalents.
— Dedicated lines, digital or otherwise (e.g. ISDNX) between telephony switching systems.
— Associated or bundled Call Tariff Packages.
— Any form of Billing Solutions, including (but not limited to) direct system call logging devices, remote batch or real time call logging and reporting systems, etc.
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:75
Price – Weighting:25
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
II.2.14) Additional information: The Framework commenced on 23.4.2018.
II.2.1) Title: Mobiles including Devices, Airtime and Services
Lot No:6
II.2.2)Additional CPV code(s)
Main CPV code: 32500000
Main CPV code: 32520000
Main CPV code: 32550000
Main CPV code: 32510000
Main CPV code: 64210000
Main CPV code: 32420000
Main CPV code: 64200000
Main CPV code: 64220000
Main CPV code: 32540000
Main CPV code: 32544000
Main CPV code: 32545000
Main CPV code: 32546000
Main CPV code: 32546100
Main CPV code: 32541000
Main CPV code: 32543000
Main CPV code: 32250000
Main CPV code: 32252100
Main CPV code: 32252110
Main CPV code: 64212000
Main CPV code: 64212700
Main CPV code: 50332000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot is for the provision of all aspects of services by Mobile Network Operators (MNOs) and their Resellers – i.e. handsets, other devices, airtime, and value added services. It is anticipated Tenderers may be MNOs and/or their channel partners (e.g. value added sellers, service providers etc).
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:75
Price – Weighting:25
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
II.2.14) Additional information: The Framework commenced on 23.4.2018.
II.2.1) Title: WIFI and 5G Solutions
Lot No:7
II.2.2)Additional CPV code(s)
Main CPV code: 32500000
Main CPV code: 32520000
Main CPV code: 32550000
Main CPV code: 32510000
Main CPV code: 64210000
Main CPV code: 32420000
Main CPV code: 64200000
Main CPV code: 64220000
Main CPV code: 32250000
Main CPV code: 32252100
Main CPV code: 32251100
Main CPV code: 64212000
Main CPV code: 64212700
Main CPV code: 50332000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot is for the provision of WI-FI and 5G Solutions. This Lot provides access to all external and public Wi-FI and (in the future) 5G implementations. This includes campuses, business park etc deployments. This Lot encompasses all aspects of the service delivery, including but not limited to:
— The provision and maintenance of base station and transceiver sites and equipment.
— Connection of all base sites and equipment via transit connections.
— The provision of all device acquisition, authentication and connection services, whether free or paid.
— The provision of “pan-site” authentication and registration systems if required, such as “EduRoam” or WiFi4EU.
— The provision of all necessary IPS and IDS services.
— Provision of all user and host billing services where appropriate.
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:75
Price – Weighting:25
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
II.2.14) Additional information: The Framework commenced on 23rd April 2018.
II.2.1) Title: Managed Services
Lot No:8
II.2.2)Additional CPV code(s)
Main CPV code: 64210000
Main CPV code: 64200000
Main CPV code: 64220000
Main CPV code: 50332000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot is for the provision of Managed Services. This Lot provides access to the provision of any Product or Service offered under Lots 1 to 7 of this Framework, through a Managed Services contract, rather than the provision of a solution comprised of products which is subsequently owned by the participating Public Sector Body and supported under a service agreement by the provider.
As such, the provider commits to delivering the Business Requirements and Outcomes of the Participating Public Sector Body as described in its Business Requirements Statement and takes responsibility for all aspects of the solution proposed to do so. These aspects include but are not limited to:
— Solutions Design and Support.
— Installation and Provisioning Services.
— Operation and Maintenance Services, including Change Control and Management.
— Configuration and Estate Management.
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:75
Price – Weighting:25
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
II.2.14) Additional information: The Framework commenced on 23rd April 2018.
II.2.1) Title: Infrastructure As A Service
Lot No:9
II.2.2)Additional CPV code(s)
Main CPV code: 64210000
Main CPV code: 64200000
Main CPV code: 64220000
Main CPV code: 32500000
Main CPV code: 32400000
Main CPV code: 32520000
Main CPV code: 32510000
Main CPV code: 32540000
Main CPV code: 32550000
Main CPV code: 32580000
Main CPV code: 50332000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot is for the provision of Infrastructure As A Service. This Lot provides access to the provision of any Product or Service offered under Lots 1 to 7 of this Framework, through software solutions provided in ‘the Cloud’, rather than the provision of a solution comprised of products which is subsequently owned by the participating Public Sector Body and supported under a service agreement by the provider.
As such, the provider commits to delivering the Business Requirements and Outcomes of the Participating Public Sector Body as described in its Business Requirements Statement and takes responsibility for all aspects of the solution proposed to do so. These aspects include but are not limited to:
— Solutions Design and Support.
— Installation and Provisioning Services.
— Operation and Maintenance Services, including Change Control and Management.
— Configuration and Capacity Management.
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:75
Price – Weighting:25
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
II.2.14) Additional information: The Framework commenced on 23.4.2018.
II.2.1) Title: Campus and Metropolitan Area Networks and Solutions
Lot No:10
II.2.2)Additional CPV code(s)
Main CPV code: 64210000
Main CPV code: 64200000
Main CPV code: 64220000
Main CPV code: 32500000
Main CPV code: 32400000
Main CPV code: 32520000
Main CPV code: 32510000
Main CPV code: 32540000
Main CPV code: 32550000
Main CPV code: 32580000
Main CPV code: 32410000
Main CPV code: 32420000
Main CPV code: 32430000
Main CPV code: 50332000
Main CPV code: 71316000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot is for the provision of Campus and Metropolitan Area Networks and Solutions covering a comprehensive suite of such solutions and services.
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:75
Price – Weighting:25
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
II.2.14) Additional information: The Framework commenced on 23.4.2018.
II.2.1) Title: Commercial Partnering Opportunities
Lot No:11
II.2.2)Additional CPV code(s)
Main CPV code: 64210000
Main CPV code: 64200000
Main CPV code: 64220000
Main CPV code: 32500000
Main CPV code: 32400000
Main CPV code: 32520000
Main CPV code: 32510000
Main CPV code: 32550000
Main CPV code: 32580000
Main CPV code: 32410000
Main CPV code: 32420000
Main CPV code: 32430000
Main CPV code: 71316000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement
This Lot is for the provision of Commercial Partnering Opportunities. This Lot relates to the provision of infrastructure, systems or services described in any of Lots 1 to 10 offered by a supplier as a revenue generating opportunity for an end user/ organisation. This may include but is not limited to:
— Mobile phone provision, support and call tariffs.
— Broadband and Internet services across any WAN/ LAN or other connection.
— Public WiF / 5G facilities or services such as Mobile Information Services as described in Lot 6.
II.2.5)Award criteria
Quality criterion – Name: Quality/Weighting:70
Price – Weighting:30
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
II.2.14) Additional information: The Framework commenced on 23.4.2018.
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 the 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:2017/S 177-362076
Section V: Award of contract
Contract No: 1
Lot No: 1
Title: Integrated and Unified Communications Solutions
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-03-30
V.2.2) Information about tenders
Number of tenders received:6
Number of tenders received from SMEs:6
Number of tenders received by electronic means:6
The contract has been awarded to a group of economic operators: yes
V.2.3) Name and address of the contractor
Official name: 4net Technologies Limited
Postal address: 3 Scholar Green Road, Cobra Court, Stretford
Town: Manchester
Postal code: M32 0TR
Country: United Kingdom
Email: apatrick@4net-technologies.com
Nuts code:
Internet address: www.4net-technologies.com
The contractor is an SME yes
Official name: AdEPT Telecom Plc
Postal address: One London Wall
Town: London
Postal code: EC2Y 5AB
Country: United Kingdom
Email: tenders@adept.co.uk
Nuts code:
Internet address: www.adept.co.uk
The contractor is an SME yes
Official name: Redwood Technologies Limited t/a Content Guru Limited
Postal address: Radius Court, Eastern Road
Town: Bracknell
Postal code: RG12 2UP
Country: United Kingdom
Email: jeg@contentguru.com
Nuts code:
Internet address: www.redwoodtech.com
The contractor is an SME yes
Official name: Incom Complete Network Services Limited
Postal address: Clarendon House, Clarendon Road
Town: Manchester
Postal code: M30 9AL
Country: United Kingdom
Email: steve.williams@wearecns.co.uk
Nuts code:
Internet address: www.cns-north.co.uk
The contractor is an SME yes
Official name: Exactive Limited
Postal address: First Floor, unit 3, Halbeath Interchange Business Park
Town: Dunfermline
Postal code: KY11 8RY
Country: United Kingdom
Email: robert.hutchison@exactive.co.uk
Nuts code:
Internet address: www.exactive.co.uk
The contractor is an SME yes
Official name: Nycomm Limited, t/a Pennine Telecom
Postal address: Pennine House, Salford street
Town: Bury
Postal code: BL9 6YA
Country: United Kingdom
Email: tenders@nycomm.co.uk
Nuts code:
Internet address: www.wearepennine.com
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 40000000.00
Total value of the contract/lot:40000000.00
Currency:GBP
Contract No: 2
Lot No: 2
Title: IP Telephony, Voice Over IP Services, Call Tarif Packages and Billing as relevant to the SIP Environment
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-03-30
V.2.2) Information about tenders
Number of tenders received:5
Number of tenders received from SMEs:5
Number of tenders received by electronic means:5
The contract has been awarded to a group of economic operators: yes
V.2.3) Name and address of the contractor
Official name: 4net Technologies Limited
Postal address: 3 Scholar Green Road, Cobra Court, Stretford
Town: Manchester
Postal code: M32 0TR
Country: United Kingdom
Email: apatrick@4net-technologies.com
Nuts code:
Internet address: www.4net-technologies.com
The contractor is an SME yes
Official name: AdEPT Telecom Plc
Postal address: One London Wall
Town: London
Postal code: EC2Y 5AB
Country: United Kingdom
Email: tenders@adept.co.uk
Nuts code:
Internet address: www.adept.co.uk
The contractor is an SME yes
Official name: Cirrus Response Limited
Postal address: 3-5 Red Lion Street
Town: Richmond
Postal code: TW9 1RY
Country: United Kingdom
Email: neil.moulton@cirrusresponse.com
Nuts code:
Internet address: www.cirrusresponse.com
The contractor is an SME yes
Official name: Cavendish Communications Limited
Postal address: Cavendish House, New Road, Newhaven, East Sussex
Town: Newhaven
Postal code: BN9 0ES
Country: United Kingdom
Email: mark.hollands@cavcoms.com
Nuts code:
Internet address: www.cavcoms.com
The contractor is an SME yes
Official name: Professional Software Design Limited
Postal address: Suite 5, Hillfields House, Castleman Way, Ringwood, Hampshire
Town: Ringwood
Postal code: BH24 3BA
Country: United Kingdom
Email: steve@psdgroup.co.uk
Nuts code:
Internet address: www.schoolcare.co.uk
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 40000000.00
Total value of the contract/lot:40000000.00
Currency:GBP
Contract No: 3
Lot No: 3
Title: Wide Area Network, Virtual Private Network and Broadband Services
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-03-30
V.2.2) Information about tenders
Number of tenders received:3
Number of tenders received from SMEs:3
Number of tenders received by electronic means:3
The contract has been awarded to a group of economic operators: yes
V.2.3) Name and address of the contractor
Official name: AdEPT Telecom Plc
Postal address: One London Wall
Town: London
Postal code: EC2Y 5AB
Country: United Kingdom
Email: tenders@adept.co.uk
Nuts code:
Internet address: www.adept.co.uk
The contractor is an SME no
Official name: Joskos Solutions Limited
Postal address: Unit 605, Highgate Studios, Highgate Road
Town: London
Postal code: NW5 1TL
Country: United Kingdom
Email: abigailh@joskos.com
Nuts code:
Internet address: www.joskos.com
The contractor is an SME yes
Official name: Talk Straight Limited
Postal address: Unit 2-4 Backstone Business Park, Dansk Way
Town: Ilkley
Postal code: LS29 8JZ
Country: United Kingdom
Email: hannah.barker@talkstraight.com
Nuts code:
Internet address: www.talk-straight.com
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 40000000.00
Total value of the contract/lot:40000000.00
Currency:GBP
Contract No: 4
Lot No: 4
Title: Local Area Networks and Associated Services
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-03-30
V.2.2) Information about tenders
Number of tenders received:1
Number of tenders received from SMEs:1
Number of tenders received by electronic means:1
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: AdEPT Telecom Plc
Postal address: One London Wall
Town: London
Postal code: EC2Y 5AB
Country: United Kingdom
Email: tenders@adept.co.uk
Nuts code:
Internet address: www.adept.co.uk
The contractor is an SME no
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 40000000.00
Total value of the contract/lot:40000000.00
Currency:GBP
Contract No: 5
Lot No: 5
Title: PABX Systems, PSTN Lines, Call Tariff Packages and Billing Solutions
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-03-30
V.2.2) Information about tenders
Number of tenders received:4
Number of tenders received from SMEs:4
Number of tenders received by electronic means:4
The contract has been awarded to a group of economic operators: yes
V.2.3) Name and address of the contractor
Official name: AdEPT Telecom Plc
Postal address: One London Wall
Town: London
Postal code: EC2Y 5AB
Country: United Kingdom
Email: tenders@adept.co.uk
Nuts code:
Internet address: www.adept.co.uk
The contractor is an SME yes
Official name: Incom Complete Network Services Limited
Postal address: Clarendon House, Clarendon Road
Town: Manchester
Postal code: M30 9AL
Country: United Kingdom
Email: steve.williams@wearecns.co.uk
Nuts code:
Internet address: www.cns-north.co.uk
The contractor is an SME yes
Official name: Nycomm Limited t/a Pennine Telecoms
Postal address: Pennine House, Salford Street, Bury Lancashire
Town: Bury
Postal code: BL9 6YA
Country: United Kingdom
Email: tenders@nycomm.co.uk
Nuts code:
Internet address: www.wearepennine.com
The contractor is an SME yes
Official name: Redwood Technologies Limited t/a Content Guru limited
Postal address: Radius Court, Eastern Road
Town: Bracknell
Postal code: RG12 2UP
Country: United Kingdom
Email: jeg@contentguru.com
Nuts code:
Internet address: www.redwoodtech.com
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 40000000.00
Total value of the contract/lot:40000000.00
Currency:GBP
Contract No: 6
Lot No: 6
Title: Mobiles including Devices, Airtime and Servies
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-03-30
V.2.2) Information about tenders
Number of tenders received:2
Number of tenders received from SMEs:2
Number of tenders received by electronic means:2
The contract has been awarded to a group of economic operators: yes
V.2.3) Name and address of the contractor
Official name: Corporate Mobile Communications Limited
Postal address: Tego House, Chippenham Drive, Kingston
Town: Milton Keynes
Postal code: MK10 0AF
Country: United Kingdom
Email: max.roberts@cmcit.tech
Nuts code:
Internet address: www.cmcit.tech
The contractor is an SME yes
Official name: Nycomm Limited t/a Pennine Telecoms
Postal address: Pennine House, Salford Street, Bury. Lancashire
Town: Bury
Postal code: BL9 6YA
Country: United Kingdom
Email: tenders@nycomm.co.uk
Nuts code:
Internet address: www.wearepennine.com
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 40000000.00
Total value of the contract/lot:40000000.00
Currency:GBP
Contract No: 7
Lot No: 7
Title: WIFI and 5G Solutions
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Contract No: 8
Lot No: 8
Title: Managed Services
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Contract No: 9
Lot No: 9
Title: Infrastructure As A Service
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Contract No: 10
Lot No: 10
Title: Campus and Metropolitan Area Networks and Solutions
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Contract No: 11
Lot No: 11
Title: Commercial Partnering Opportunities
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3) Additional information:
The Contracting Authority may wish to make goods and services available to potential framework users via e-catalogues or e-procurement systems or portals. Electronic ordering, electronic invoicing and electronic payment may therefore be utilised.
Northern Procurement Group Limited (who are a subsidiary of Dukefield Limited) acted as agents of Contracting Authority in the development of this framework and will act as framework contract managers throughout the term of the framework.The Contracting Authority used an e-tendering system to conduct the procurement exercise.
The value of the framework provided within this notice is only an estimate and the Contracting Authority will not guarantee any business through this framework agreement.
The Contracting Authority has established a Framework Agreement open for use by all Public SectorBodies as stated within the notice.
The framework agreement commenced its initial three year on 23.4.2018.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Crescent Purchasing Consortium
Postal address: Technology House, Lissadel Street, Salford, Greater Manchester
Town: Manchester
Postal code: M66AP
Country: United Kingdom
Telephone: +44 8000662188
Internet address:
VI.4.2) Body responsible for mediation procedures
Official name: Crescent Purchasing Consortium
Postal address: Technology House. Lissadel Street, Salford, Greater Manchester
Town: Manchester
Postal code: M66AP
Country: United Kingdom
Telephone: +44 8000662188
Internet address:
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Crescent Purchasing Consortium incorporated a minimum 10-day standstill period at the point information on the award of contract was communicated to tenderers. The standstill period expired without receipt of any formalchallenge to the award.
Should an appeal regarding the award of the contract be made, the Public Contracts Regulations 2015 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 be enentered 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 be shortened. The purpose of the standstill period referred to above was to allow the parties to apply to the Courts to set aside the award decision before the contract was entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Crescent Purchasing Consortium
Postal address: Technology House, Lissadel Street, Salford, Manchestr
Town: Salford
Postal code: M66AP
Country: United Kingdom
Telephone: +44 8000662188
Internet address:
VI.5) Date of dispatch of this notice:
2018-04-27
More Opportunties
- United Kingdom-York: Supply and Installation of Tractor
9 May 25
Askham Bryan College is looking to procure a new compact tractor to support land-based education and training, equipping students with industry-relevant skills and certifications.> > - Welding Equipment – Energy Transition Skills Hub
9 May 25
A key part of the Energy Transition Skills Hub will be welding facilities which will provide hands on training for NESCol students and the wider community. This tender relates to the Welding Equipment. The overall refurbishment plan, requires> > - United Kingdom-Leicester: PNC Link
9 May 25
NDI PNC link (installation, configuration, IT training for PNC Fasttrack, incl. remote installation of Cleartone) NDI PNC Link - Cleartone XML RTU Five Years.> >