Planning

Voice Services

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Planning

20 May 2021 at 21:45

Summary of the contracting process

The Foreign Commonwealth and Development Office (FCDO) is planning a tender for voice services, classified under the telecommunications industry, with an estimated contract value of £18,500,000. The procurement is currently in the planning stage, and interested suppliers are invited to register their interest by the deadline of 18th June 2021. This contract will entail comprehensive services covering design, installation, monitoring, management, and remote support based on the existing Mitel infrastructure, serving over 200 locations worldwide, including high-demand regions like Afghanistan and the UK. The FCDO has operated using this system since 2010, and the need for ongoing upgrades is essential for maintaining effective global communication.

This tender provides a significant opportunity for businesses specializing in telecommunications and IT services to enhance their market reach by participating in a high-value contract catering to an established governmental authority. Companies with expertise in voice services, network infrastructure, and telecommunications equipment maintenance would be particularly suited to compete for this contract. Given the critical nature of voice communications for the FCDO and its global operations, successful bidders can expect to engage in a long-term partnership that may lead to further contracts as the FCDO evolves its unified communications strategy.

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

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.

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

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

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-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"
}