Notice Information
Notice Title
Voice Services
Notice Description
Voice services to cover the design, installation, monitoring and management, call logging, directory and remote back-up and storage based on the existing FCDO owned Mitel controller configuration estate.
Lot Information
Lot 1
The FCDO (the Authority) is looking to put in place a contract for the provision of voice services to cover the design, installation, monitoring and management, call logging, directory and remote back-up and storage based on the existing Mitel 3300 controller configurations. This contract will cover the period until the FCDO has decided on its future unified communications strategy. The purpose of this prior information notice is to: -- inform potential suppliers of a possible procurement for the provision of voice services, -- invite potential suppliers to register their interest for a potential procurement, and -- elicit feedback from potential suppliers to inform the development of the procurement and programme strategy. Nothing in this prior information notice is intended to commit the authority to a subsequent procurement. Please register your interest via the email address as detailed at Section I.3) by no later than 18th June 2021 and ensure the email subject states 'Expression of Interest'. FCDO has operated with a Mitel infrastructure since 2010. FCDO own the majority of the Mitel hardware and software, therefore the intention is for service to remain on the existing estate, however upgrades will be required during the life of the contract that offer the best overall value for money solution for FCDO. The current voice infrastructure and network connectivity enables the communication of voice for over 200 global sites across the FCDO estate and averages 7.5 million calls per annum. During the Covid pandemic, the call volumes were 25,787,753 calls over the 13 month period of 01.03.2020 - 31.03.2021 including all voice calls except internal extension to extensions calls. This unified voice service allows authorised users to use any eligible voice devices on the FCDO estate to communicate internally and externally. The voice service is critical to the continued operation of the FCDO and its presence overseas. The sites covered by the service are in the following countries; Afghanistan, Albania, Algeria, Angola, Anguilla, Antigua and Barbuda, Argentina, Armenia, Australia, Austria, Azerbaijan, Bahrain, Bangladesh, Barbados, Belarus, Belgium, Belize, Bermuda, Bolivia, Bosnia, Botswana, Brazil, British Virgin Islands, Brunei, Bulgaria, Cambodia, Cameroon, Canada, Chad, Chile, China, Colombia, Costa Rica, Cote d'Ivoire, Croatia, Cuba, Cyprus, Czech Republic, Denmark, Djibouti, Dominican Republic, DR Congo, Ecuador, Egypt, El Salvador, Eritrea, Estonia, Ethiopia, Falkland Islands, Fiji, Finland, France, Gambia, Georgia, Germany, Ghana, Gibraltar, Grand Cayman, Greece, Grenada, Guatemala, Guinea, Guyana, Hungary, Iceland, India, Indonesia, Iran, Iraq, Irish Republic, Israel, Italy, Jamaica, Japan, Jordan, Kazakhstan, Kenya, Kosovo, Kuwait, Kyrgyzstan, Laos, Latvia, Lebanon, Lesotho, Liberia, Libya, Lithuania, Luxembourg, Macedonia, Madagascar, Malawi, Malaysia, Mali, Malta, Mauritania, Mauritius, Mexico, Moldova, Mongolia, Montenegro, Montserrat, Morocco, Mozambique, Myanmar, Namibia, Nepal, Netherlands, New Zealand, Niger, Nigeria, North Korea, Norway, Oman, Pakistan, Palestinian Territory, Panama, Papua New Guinea, Paraguay, Peru, Philippines, Poland, Portugal, Qatar, Romania, Russia, Rwanda, S/Sudan, Saint Lucia, Samoa, Saudi Arabia, Senegal, Serbia, Seychelles, Sierra Leone, Singapore, Slovakia, Slovenia, Solomon Islands, Somalia, South Africa, South Korea, Spain, Sri Lanka, St Vincent & the Grenadines, Sudan, Swaziland, Sweden, Switzerland, Taiwan, Tajikistan, Tanzania, Thailand, The Bahamas, Tonga, Trinidad and Tobago, Tristan da Cunha, Tunisia, Turkey, Turkmenistan, Turks & Caicos Islands, Uganda, Ukraine, United Arab Emirates, United Kingdom, Uruguay, USA, Uzbekistan, Vanuatu, Venezuela, Vietnam, Yemen, Zambia, Zimbabwe. Additional information: The supplier must be able to provide a service at all sites remotely, and if necessary and not possible through local staff, physically. The procurement route has not been chosen yet and is subject to internal business case approval.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b380
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011278-2021
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
45 - Construction work
50 - Repair and maintenance services
64 - Postal and telecommunications services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
32000000 - Radio, television, communication, telecommunication and related equipment
32342440 - Voice-mail system
32342450 - Voice recorders
32344110 - Voice-logging system
32412000 - Communications network
32422000 - Network components
32424000 - Network infrastructure
32500000 - Telecommunications equipment and supplies
32520000 - Telecommunications cable and equipment
32522000 - Telecommunications equipment
32523000 - Telecommunications facilities
32524000 - Telecommunications system
32550000 - Telephone equipment
32552100 - Telephone sets
32570000 - Communications equipment
32571000 - Communications infrastructure
32573000 - Communications control system
45232332 - Ancillary works for telecommunications
45314000 - Installation of telecommunications equipment
50330000 - Maintenance services of telecommunications equipment
50332000 - Telecommunications-infrastructure maintenance services
50334110 - Telephone network maintenance services
50334400 - Communications system maintenance services
64200000 - Telecommunications services
64220000 - Telecommunication services except telephone and data transmission services
64222000 - Teleworking services
64224000 - Teleconferencing services
64227000 - Integrated telecommunications services
72220000 - Systems and technical consultancy services
72223000 - Information technology requirements review services
72224000 - Project management consultancy services
72225000 - System quality assurance assessment and review services
72226000 - System software acceptance testing consultancy services
72250000 - System and support services
Notice Value(s)
- Tender Value
- £18,500,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 May 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 31 Dec 2021Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
- Contact Name
- Ginny Noble
- Contact Email
- ginny.noble@fco.gov.uk
- Contact Phone
- +44 2070080932
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
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-02b380-2021-05-20T22:45:08+01:00",
"date": "2021-05-20T22:45:08+01:00",
"ocid": "ocds-h6vhtk-02b380",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02b380",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Voice Services",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "64200000",
"description": "Telecommunications services"
},
"mainProcurementCategory": "services",
"description": "Voice services to cover the design, installation, monitoring and management, call logging, directory and remote back-up and storage based on the existing FCDO owned Mitel controller configuration estate.",
"value": {
"amount": 18500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The FCDO (the Authority) is looking to put in place a contract for the provision of voice services to cover the design, installation, monitoring and management, call logging, directory and remote back-up and storage based on the existing Mitel 3300 controller configurations. This contract will cover the period until the FCDO has decided on its future unified communications strategy. The purpose of this prior information notice is to: -- inform potential suppliers of a possible procurement for the provision of voice services, -- invite potential suppliers to register their interest for a potential procurement, and -- elicit feedback from potential suppliers to inform the development of the procurement and programme strategy. Nothing in this prior information notice is intended to commit the authority to a subsequent procurement. Please register your interest via the email address as detailed at Section I.3) by no later than 18th June 2021 and ensure the email subject states 'Expression of Interest'. FCDO has operated with a Mitel infrastructure since 2010. FCDO own the majority of the Mitel hardware and software, therefore the intention is for service to remain on the existing estate, however upgrades will be required during the life of the contract that offer the best overall value for money solution for FCDO. The current voice infrastructure and network connectivity enables the communication of voice for over 200 global sites across the FCDO estate and averages 7.5 million calls per annum. During the Covid pandemic, the call volumes were 25,787,753 calls over the 13 month period of 01.03.2020 - 31.03.2021 including all voice calls except internal extension to extensions calls. This unified voice service allows authorised users to use any eligible voice devices on the FCDO estate to communicate internally and externally. The voice service is critical to the continued operation of the FCDO and its presence overseas. The sites covered by the service are in the following countries; Afghanistan, Albania, Algeria, Angola, Anguilla, Antigua and Barbuda, Argentina, Armenia, Australia, Austria, Azerbaijan, Bahrain, Bangladesh, Barbados, Belarus, Belgium, Belize, Bermuda, Bolivia, Bosnia, Botswana, Brazil, British Virgin Islands, Brunei, Bulgaria, Cambodia, Cameroon, Canada, Chad, Chile, China, Colombia, Costa Rica, Cote d'Ivoire, Croatia, Cuba, Cyprus, Czech Republic, Denmark, Djibouti, Dominican Republic, DR Congo, Ecuador, Egypt, El Salvador, Eritrea, Estonia, Ethiopia, Falkland Islands, Fiji, Finland, France, Gambia, Georgia, Germany, Ghana, Gibraltar, Grand Cayman, Greece, Grenada, Guatemala, Guinea, Guyana, Hungary, Iceland, India, Indonesia, Iran, Iraq, Irish Republic, Israel, Italy, Jamaica, Japan, Jordan, Kazakhstan, Kenya, Kosovo, Kuwait, Kyrgyzstan, Laos, Latvia, Lebanon, Lesotho, Liberia, Libya, Lithuania, Luxembourg, Macedonia, Madagascar, Malawi, Malaysia, Mali, Malta, Mauritania, Mauritius, Mexico, Moldova, Mongolia, Montenegro, Montserrat, Morocco, Mozambique, Myanmar, Namibia, Nepal, Netherlands, New Zealand, Niger, Nigeria, North Korea, Norway, Oman, Pakistan, Palestinian Territory, Panama, Papua New Guinea, Paraguay, Peru, Philippines, Poland, Portugal, Qatar, Romania, Russia, Rwanda, S/Sudan, Saint Lucia, Samoa, Saudi Arabia, Senegal, Serbia, Seychelles, Sierra Leone, Singapore, Slovakia, Slovenia, Solomon Islands, Somalia, South Africa, South Korea, Spain, Sri Lanka, St Vincent & the Grenadines, Sudan, Swaziland, Sweden, Switzerland, Taiwan, Tajikistan, Tanzania, Thailand, The Bahamas, Tonga, Trinidad and Tobago, Tristan da Cunha, Tunisia, Turkey, Turkmenistan, Turks & Caicos Islands, Uganda, Ukraine, United Arab Emirates, United Kingdom, Uruguay, USA, Uzbekistan, Vanuatu, Venezuela, Vietnam, Yemen, Zambia, Zimbabwe. Additional information: The supplier must be able to provide a service at all sites remotely, and if necessary and not possible through local staff, physically. The procurement route has not been chosen yet and is subject to internal business case approval.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "32342440",
"description": "Voice-mail system"
},
{
"scheme": "CPV",
"id": "32342450",
"description": "Voice recorders"
},
{
"scheme": "CPV",
"id": "32344110",
"description": "Voice-logging system"
},
{
"scheme": "CPV",
"id": "32412000",
"description": "Communications network"
},
{
"scheme": "CPV",
"id": "32422000",
"description": "Network components"
},
{
"scheme": "CPV",
"id": "32424000",
"description": "Network infrastructure"
},
{
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
{
"scheme": "CPV",
"id": "32520000",
"description": "Telecommunications cable and equipment"
},
{
"scheme": "CPV",
"id": "32522000",
"description": "Telecommunications equipment"
},
{
"scheme": "CPV",
"id": "32523000",
"description": "Telecommunications facilities"
},
{
"scheme": "CPV",
"id": "32524000",
"description": "Telecommunications system"
},
{
"scheme": "CPV",
"id": "32550000",
"description": "Telephone equipment"
},
{
"scheme": "CPV",
"id": "32552100",
"description": "Telephone sets"
},
{
"scheme": "CPV",
"id": "32570000",
"description": "Communications equipment"
},
{
"scheme": "CPV",
"id": "32571000",
"description": "Communications infrastructure"
},
{
"scheme": "CPV",
"id": "32573000",
"description": "Communications control system"
},
{
"scheme": "CPV",
"id": "45232332",
"description": "Ancillary works for telecommunications"
},
{
"scheme": "CPV",
"id": "45314000",
"description": "Installation of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "50330000",
"description": "Maintenance services of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "50332000",
"description": "Telecommunications-infrastructure maintenance services"
},
{
"scheme": "CPV",
"id": "50334110",
"description": "Telephone network maintenance services"
},
{
"scheme": "CPV",
"id": "50334400",
"description": "Communications system maintenance services"
},
{
"scheme": "CPV",
"id": "64200000",
"description": "Telecommunications services"
},
{
"scheme": "CPV",
"id": "64220000",
"description": "Telecommunication services except telephone and data transmission services"
},
{
"scheme": "CPV",
"id": "64222000",
"description": "Teleworking services"
},
{
"scheme": "CPV",
"id": "64224000",
"description": "Teleconferencing services"
},
{
"scheme": "CPV",
"id": "64227000",
"description": "Integrated telecommunications services"
},
{
"scheme": "CPV",
"id": "72220000",
"description": "Systems and technical consultancy services"
},
{
"scheme": "CPV",
"id": "72223000",
"description": "Information technology requirements review services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
},
{
"scheme": "CPV",
"id": "72225000",
"description": "System quality assurance assessment and review services"
},
{
"scheme": "CPV",
"id": "72226000",
"description": "System software acceptance testing consultancy services"
},
{
"scheme": "CPV",
"id": "72250000",
"description": "System and support services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2021-12-31T00:00:00Z"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-131",
"name": "Foreign Commonwealth and Development Office",
"identifier": {
"legalName": "Foreign Commonwealth and Development Office"
},
"address": {
"streetAddress": "King Charles Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1A 2AH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Ginny Noble",
"telephone": "+44 2070080932",
"email": "ginny.noble@fco.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.gov.uk/fcdo",
"buyerProfile": "https://fcdo.bravosolution.co.uk/web/login.html",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-131",
"name": "Foreign Commonwealth and Development Office"
},
"language": "en"
}