Tender

GLOBAL VOICE AND DATA CONNECTIVITY SERVICES

FOREIGN & COMMONWEALTH OFFICE

This public procurement record has 2 releases in its history.

TenderCancellation

07 Jun 2019 at 14:33

Tender

08 Dec 2017 at 15:56

Summary of the contracting process

The Foreign & Commonwealth Office, in conjunction with the Department for International Development and the British Council, is seeking to procure global voice and data connectivity services as part of a framework agreement valued between £75 million and £350 million. This contracting process is currently in the planning stage, having been published on 8 December 2017, with a tender deadline set for 17 January 2018. The services will connect approximately 550 sites across 170 countries, primarily from the buyer’s headquarters located in London, England. The procurement will follow a selective method under a restricted procedure, necessitating suppliers to register on the eProcurement portal to access further documentation.

This procurement presents significant opportunities for businesses specialising in IT and telecommunications services, particularly those capable of delivering resilient and scalable connectivity solutions for government entities. Companies equipped to manage complex networks and provide ancillary services such as secure internet gateways, project management, and incident handling will be well positioned to compete. Furthermore, potential bidders should be prepared to meet UK Government security clearance requirements, indicating a preference for experienced suppliers familiar with government contracts and regulatory compliance.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

GLOBAL VOICE AND DATA CONNECTIVITY SERVICES

Notice Description

The Secretary of State for the Foreign and Commonwealth Office (FCO), the Secretary of State for the Department for International Development (DFID) and the British Council (BC) (the Procuring Bodies) have a requirement for global, resilient, flexible and scalable enterprise wide voice and data connectivity services. These services are required to connect ministerial headquarters and other head offices in the United Kingdom with their respective embassies, consulates and other office locations totalling approximately 550 sites in 170 countries. The connectivity services to be made available under the framework agreement will include: * Managed Wide Area Network; * Campus Local Area Network; * Intelligent Routing Function; * Management and Reporting; * IP Address Management / Dynamic Host Configuration Protocol / Domain Name Service; * Network Time Protocol; * Secure Internet Gateway; * Local Internet Breakout; * Integration Services; * Ancillary and related services; * Tunnel mechanism*; * Remote Access Server*; * Firewall Services*; * Global Load Balancing / Load Balancing*; * WAN Acceleration*; * Uninterruptable Power Supply*; * Intrusion Prevention / Detection System*; * Network Access Control*. Asterisks denote optional services that framework users may call-off from the framework in conjunction with the other services ("non-core services"). The scope of the services will include transition from the incumbent supplier, provision of the connectivity services and exit management services to support transition to a replacement service provider on expiry of the call off contracts. The connectivity service supplier will be required to work with the provider of the voice and video service, that will be provided separately to some or all of the Procuring Bodies, to ensure that the end to end service meets the requirements of the end users. The connectivity service supplier will also be expected to provide a range of lifecycle and common services as an integral part of the contracted solutions including: - project services: are services associated with the delivery of change to the operational and technical environment under a supplier's control, such as service design and costing, technical, project and business change consultancy, change management, transition and exit management, - operational services: are those elements that must be supplied under all the contracts and that must be delivered as an inherent part of all the services such as end-to-end management delivery, incident management and financial, change, configuration and service management. Estimated total value: PS75m - PS350m Additional information: Customers receiving services through the framework agreement may be subject to UK Government security requirements. During the delivery of services, some contractor's staff may be required to hold a security clearance recognised by the UK Government. This may be required for access to certain classified material and to certain sites. The Contracting Authority will offer reasonable assistance to bidders in obtaining security clearances. Where an economic operator is currently engaged to provide services to the Procuring Bodies (directly or indirectly) they may be required to sign an ethical walls agreement. The procuring bodies reserves the right to withdraw or discontinue this procurement and, to the extent permissible by law, to make changes to the scope or procedure of this procurement. The procuring bodies shall not be liable for any costs, expenses or liabilities incurred by any economic operator directly or indirectly as a result of such withdrawal, discontinuance or change. ** IMPORTANT INFORMATION ** All documentation relating to this procurement can be found on the FCO's eProcurement portal, BravoSolution. URL: https://fco.bravosolution.co.uk. In order to participate in this procurement exercise, interested suppliers should register on the portal (if you are not registered already). Registration is free of charge and takes approximately 5 minutes. Following registration, interested suppliers should navigate the portal and search for project_1077 / pqq_506. The Authority requires interested suppliers to download, sign and return a Non-Disclosure Agreement (NDA) before you can be given access to the main Selection Questionnaire and associated documentation. The NDA can be found in pqq_506. Failure to complete the required NDA will prevent suppliers from participating further in the procurement. Once you have signed and uploaded the Non-Disclosure Agreement, the Authority will receive a notification and automatically transfer your supplier details to pqq_507, which contains the main Selection Questionnaire and associated documents. Once you have access, you should then review the documentation and complete the Selection Questionnaire by the deadline specified.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-4e4d6e18-a8f2-429d-9637-0365dab2bf44
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/3170c270-6561-47d9-b8dd-4c2053e88d6a
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment


CPV Codes

32400000 - Networks

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Jun 20196 years ago
Submission Deadline
17 Jan 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2018 - 31 Aug 2022 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FOREIGN & COMMONWEALTH OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AH
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-4e4d6e18-a8f2-429d-9637-0365dab2bf44-2019-06-07T15:33:31+01:00",
    "date": "2019-06-07T15:33:31+01:00",
    "ocid": "ocds-b5fd17-4e4d6e18-a8f2-429d-9637-0365dab2bf44",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_132964/635706",
        "title": "GLOBAL VOICE AND DATA CONNECTIVITY SERVICES",
        "description": "The Secretary of State for the Foreign and Commonwealth Office (FCO), the Secretary of State for the Department for International Development (DFID) and the British Council (BC) (the Procuring Bodies) have a requirement for global, resilient, flexible and scalable enterprise wide voice and data connectivity services. These services are required to connect ministerial headquarters and other head offices in the United Kingdom with their respective embassies, consulates and other office locations totalling approximately 550 sites in 170 countries. The connectivity services to be made available under the framework agreement will include: * Managed Wide Area Network; * Campus Local Area Network; * Intelligent Routing Function; * Management and Reporting; * IP Address Management / Dynamic Host Configuration Protocol / Domain Name Service; * Network Time Protocol; * Secure Internet Gateway; * Local Internet Breakout; * Integration Services; * Ancillary and related services; * Tunnel mechanism*; * Remote Access Server*; * Firewall Services*; * Global Load Balancing / Load Balancing*; * WAN Acceleration*; * Uninterruptable Power Supply*; * Intrusion Prevention / Detection System*; * Network Access Control*. Asterisks denote optional services that framework users may call-off from the framework in conjunction with the other services (\"non-core services\"). The scope of the services will include transition from the incumbent supplier, provision of the connectivity services and exit management services to support transition to a replacement service provider on expiry of the call off contracts. The connectivity service supplier will be required to work with the provider of the voice and video service, that will be provided separately to some or all of the Procuring Bodies, to ensure that the end to end service meets the requirements of the end users. The connectivity service supplier will also be expected to provide a range of lifecycle and common services as an integral part of the contracted solutions including: - project services: are services associated with the delivery of change to the operational and technical environment under a supplier's control, such as service design and costing, technical, project and business change consultancy, change management, transition and exit management, - operational services: are those elements that must be supplied under all the contracts and that must be delivered as an inherent part of all the services such as end-to-end management delivery, incident management and financial, change, configuration and service management. Estimated total value: PS75m - PS350m Additional information: Customers receiving services through the framework agreement may be subject to UK Government security requirements. During the delivery of services, some contractor's staff may be required to hold a security clearance recognised by the UK Government. This may be required for access to certain classified material and to certain sites. The Contracting Authority will offer reasonable assistance to bidders in obtaining security clearances. Where an economic operator is currently engaged to provide services to the Procuring Bodies (directly or indirectly) they may be required to sign an ethical walls agreement. The procuring bodies reserves the right to withdraw or discontinue this procurement and, to the extent permissible by law, to make changes to the scope or procedure of this procurement. The procuring bodies shall not be liable for any costs, expenses or liabilities incurred by any economic operator directly or indirectly as a result of such withdrawal, discontinuance or change. ** IMPORTANT INFORMATION ** All documentation relating to this procurement can be found on the FCO's eProcurement portal, BravoSolution. URL: https://fco.bravosolution.co.uk. In order to participate in this procurement exercise, interested suppliers should register on the portal (if you are not registered already). Registration is free of charge and takes approximately 5 minutes. Following registration, interested suppliers should navigate the portal and search for project_1077 / pqq_506. The Authority requires interested suppliers to download, sign and return a Non-Disclosure Agreement (NDA) before you can be given access to the main Selection Questionnaire and associated documentation. The NDA can be found in pqq_506. Failure to complete the required NDA will prevent suppliers from participating further in the procurement. Once you have signed and uploaded the Non-Disclosure Agreement, the Authority will receive a notification and automatically transfer your supplier details to pqq_507, which contains the main Selection Questionnaire and associated documents. Once you have access, you should then review the documentation and complete the Selection Questionnaire by the deadline specified.",
        "datePublished": "2017-12-08T15:56:02Z",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "32400000",
            "description": "Networks"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2018-01-17T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2018-09-01T00:00:00+01:00",
            "endDate": "2022-08-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/79eda830-cba2-4d97-9c5c-50ab47813061",
                "datePublished": "2017-12-08T15:56:02Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1978e613-482a-4350-a2d8-e258d9883950",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/3170c270-6561-47d9-b8dd-4c2053e88d6a",
                "datePublished": "2019-06-07T15:33:31+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-117631",
            "name": "Foreign & Commonwealth Office",
            "identifier": {
                "legalName": "Foreign & Commonwealth Office"
            },
            "address": {
                "streetAddress": "Commerical Procurement Group, Room K.2.11, King Charles Street",
                "locality": "London",
                "postalCode": "SW1A 2AH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "craig.wormleighton@fco.gov.uk"
            },
            "details": {
                "url": "http://www.gov.uk/fco"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-117631",
        "name": "Foreign & Commonwealth Office"
    }
}