Notice Information
Notice Title
PfH Telecoms Network and Infrastructure Framework
Notice Description
Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 90% of UK' social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under section 2 of the Procurement Act 2023 and a centralised procurement authority under section 1(4) of that Act. Please refer to www.pfh.co.uk for additional information. PfH is administered by Inprova Limited and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner, supporting business performance improvement for the public sector. PfH intends to establish a Framework Agreement for Telecommunications and Associated Services. The framework will provide services and associated products relating to networking and security including cloud-based solutions, voice solutions, unified communications, mobile communications and total communications, in addition to providing solution to support digital inclusion and solutions utilising the Internet of Things technologies. The Framework will be divided into lots which will be set out in the Tender Notice.
Lot Information
Lot 1 - Network Infrastructure, Services, Hardware & Cybersecurity
This lot covers the design, deployment, and management of core network infrastructure, including full-fibre, leased lines, WAN/LAN solutions, and associated hardware. It supports secure, high-performance connectivity across estates, enabling digital transformation and future-proofing member networks. Services include installation, maintenance, and optimisation, with options for managed network services and hardware procurement. Associated products and services may be tailored to meet specific member needs, supporting the effective delivery of the lot's offerings. The provisions of this lots are available throughout the entirety of England, Wales, Scotland and Northern Ireland.
Renewal: The Framework Agreement will be let for 3 years, with an optional extension of a further 12 months.
Lot 2a - Unified Communications & Collaboration (Licence based)This lot provides integrated communication solutions to support hybrid working, customer engagement, and internal collaboration across housing and public sector organisations nationwide. All products and services are licence-based, enabling flexible access and scalable deployment. Offerings include cloud telephony (VoIP, SIP Trunking, Hosted PBX), collaboration platforms (Microsoft Teams, Zoom, Webex, Slack), and unified messaging tools (voicemail-to-email, SMS gateways, internal chat). These services are designed to enhance connectivity across remote and office-based teams, with support for softphones, mobile apps, and video conferencing hardware. Associated products and services may be tailored to meet specific member needs, supporting the effective delivery of the lot's offerings. The provisions of this lots are available throughout the entirety of England, Wales, Scotland and Northern Ireland.
Renewal: The Framework Agreement will be let for 3 years, with an optional extension of a further 12 months.
Lot 2b - Unified Communications & Collaboration (Pay-as- you-go)This lot offers flexible, integrated communication solutions designed to support hybrid working, customer service, and internal collaboration across housing and public sector organisations. Delivered on a pay-as-you-go basis, members can scale usage according to demand and budget. Services include cloud telephony (VoIP, SIP Trunking, Hosted PBX), collaboration platforms (Microsoft Teams, Zoom, Webex, Slack), and unified messaging tools such as voicemail-to-email, SMS gateways, and internal chat. Hybrid work enablement is supported through softphones, mobile apps, and video conferencing hardware, ensuring seamless connectivity across remote and office-based teams. To enhance service delivery, this lot also includes intelligent contact centre solutions with omnichannel support, CRM integration, CCaaS platforms, AI call routing, sentiment analysis, and workforce management tools. AI is selectively integrated to improve analytics, automate meeting tasks, and optimise contact centre performance without adding complexity. Analytics and reporting tools provide valuable insights into communication usage and quality. Associated products and services may be tailored to meet specific member needs, supporting the effective delivery of the lot's offerings. Associated products and services may be tailored to meet specific member needs, supporting the effective delivery of the lot's offerings. The provisions of this lots are available throughout the entirety of England, Wales, Scotland and Northern Ireland.
Renewal: The Framework Agreement will be let for 3 years, with an optional extension of a further 12 months.
Lot 3 - SmartConnect - Mobile, 5G & Hardware SolutionsThis lot provides mobile connectivity and infrastructure to support workforce mobility, smart estate management, and real-time data processing across housing and public sector organisations. It includes flexible mobile voice and data plans (4G/5G SIMs, pooled and unlimited data), a wide range of supported devices (smartphones, tablets, rugged hardware), and centralised mobile device management (MDM) with AI-based health monitoring. These services enable organisations to stay connected on the move and deploy smart devices across estates, enhancing operational efficiency and responsiveness. Advanced technologies such as private 5G networks and edge computing are also included, offering high-performance wireless coverage for campuses and faster local data processing. AI is selectively applied to optimise network performance, support intelligent decision-making, and enhance analytics. Associated products and services may be tailored to meet specific member requirements, ensuring the effective delivery of the lot's offerings. This Framework will also cover associated goods and services and will be available for use across England, Wales, Scotland, and Northern Ireland.
Renewal: The Framework Agreement will be let for 3 years, with an optional extension of a further 12 months.
Lot 4 - Digital Inclusion, Wi-Fi & IOT SolutionsThis lot is designed to bridge the digital divide by delivering inclusive, affordable digital services to residents in social housing and underserved communities across the UK. It supports access to connectivity, devices, and digital skills through community Wi-Fi, affordable broadband (including social tariffs and voucher schemes), and device access programmes such as loan schemes and refurbished equipment distribution. Digital skills training is also included, with AI-personalised learning paths to support individual progress. These services are delivered in partnership with councils, charities, and social enterprises to maximise social value and community impact. Enhanced with IoT connectivity, this lot enables smarter, safer environments through applications such as environmental monitoring and assisted living. It includes low-power, wide-area connectivity (NB-IoT, LTE-M), scalable SIM provisioning, and AI-based anomaly detection for real-time device management. AI is also used to optimise Wi-Fi performance, personalise learning, and measure impact through sentiment analysis and inclusion KPIs. Associated products and services may be tailored to meet specific member needs, ensuring the effective delivery of the lot's offerings. This Framework will be available for use across England, Wales, Scotland, and Northern Ireland.
Renewal: The Framework Agreement will be let for 3 years, with an optional extension of a further 12 months.
Planning Information
As part of our commitment to transparency, we are undertaking a market engagement exercise and publishing a Prior Market Engagement (PME) notice to gauge supplier interest and gather insight into potential solutions for our forthcoming Inclusive Telecommunications Framework. This framework will serve permissible users across the public sector. The purpose of this exercise is to: Ensure the scope of the framework is comprehensive and inclusive of appropriate solutions. Understand market capabilities and capacity to meet the needs of public sector customers. Mitigate risks by testing assumptions and refining requirements before the procurement process. Ensure the framework offers value and is viable for both customers and the supply chain. Feedback from this engagement will help shape the final framework specification, ensuring it is aligned with customer needs, commercially sustainable, and supportive of a diverse and competitive supplier base.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-051536
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/058667-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Dynamic, Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
64 - Postal and telecommunications services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
75 - Administration, defence and social security services
80 - Education and training services
98 - Other community, social and personal services
-
- CPV Codes
30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
30200000 - Computer equipment and supplies
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
32000000 - Radio, television, communication, telecommunication and related equipment
45310000 - Electrical installation work
45314000 - Installation of telecommunications equipment
48000000 - Software package and information systems
50000000 - Repair and maintenance services
50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50310000 - Maintenance and repair of office machinery
51300000 - Installation services of communications equipment
64000000 - Postal and telecommunications services
71316000 - Telecommunication consultancy services
72000000 - IT services: consulting, software development, Internet and support
73400000 - Research and Development services on security and defence materials
75000000 - Administration, defence and social security services
80000000 - Education and training services
98000000 - Other community, social and personal services
Notice Value(s)
- Tender Value
- £82,500,000 £10M-£100M
- Lots Value
- £59,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Sep 20252 months ago
- Submission Deadline
- 3 Nov 2025Expired
- Future Notice Date
- 22 Sep 2025Expired
- Award Date
- Not specified
- Contract Period
- 6 Feb 2026 - 5 Feb 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PROCUREMENT FOR HOUSING
- Contact Name
- Central Procurement Team, Stephanie Johnston
- Contact Email
- sjohnston@pfh.co.uk, supportservices@pfh.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BIRCHWOOD, WARRINGTON
- Postcode
- WA2 0YL
- Post Town
- Warrington
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD61 Warrington
- Delivery Location
- Not specified
-
- Local Authority
- Warrington
- Electoral Ward
- Poulton North
- Westminster Constituency
- Warrington North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/058667-2025
22nd September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/050703-2025
22nd August 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/022002-2025
16th May 2025 - Pipeline notice on Find a Tender -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613528
Document 1 - PA23 - ITT - PfH Telecoms Framework -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613530
Document 2 - PA23 - Instructions to Tenderers -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613532
Document 3 - PA23 - Evaluation Criteria -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613533
Document 4 - PA23-Framework Scope and Requirements -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613536
Document 5A - Procurement Specific Questionnaire (PSQ) -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613538
Document 5B - PSQ Scoring Methodology -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613540
Document 6A - ITT Template - Final -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613548
Document 6B - ITT Scoring Methodology & Note -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613549
Document 7- Pricing Schedule -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613550
Document 8 - Framework Agreement-Template -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613552
Document 9- Call Off Contract and Conditions - Template. -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613555
Document 10 - Tender Certificates. -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613557
Document 11- Quantum Gen 2 form Template. -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613560
Document 12 - Tender Submission Checklist
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-051536-2025-09-22T16:49:52+01:00",
"date": "2025-09-22T16:49:52+01:00",
"ocid": "ocds-h6vhtk-051536",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "022002-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/022002-2025",
"datePublished": "2025-05-16T08:49:02+01:00",
"format": "text/html"
},
{
"id": "050703-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/050703-2025",
"datePublished": "2025-08-22T09:07:59+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "As part of our commitment to transparency, we are undertaking a market engagement exercise and publishing a Prior Market Engagement (PME) notice to gauge supplier interest and gather insight into potential solutions for our forthcoming Inclusive Telecommunications Framework. This framework will serve permissible users across the public sector. The purpose of this exercise is to: Ensure the scope of the framework is comprehensive and inclusive of appropriate solutions. Understand market capabilities and capacity to meet the needs of public sector customers. Mitigate risks by testing assumptions and refining requirements before the procurement process. Ensure the framework offers value and is viable for both customers and the supply chain. Feedback from this engagement will help shape the final framework specification, ensuring it is aligned with customer needs, commercially sustainable, and supportive of a diverse and competitive supplier base.",
"dueDate": "2025-09-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
"parties": [
{
"id": "GB-COH-07662661",
"name": "Procurement for Housing",
"identifier": {
"scheme": "GB-COH",
"id": "07662661"
},
"address": {
"streetAddress": "2 Olympic Way",
"locality": "Birchwood, Warrington",
"postalCode": "WA2 0YL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD61"
},
"contactPoint": {
"name": "Central Procurement Team",
"email": "supportservices@pfh.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.procurementforhousing.co.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PRLY-9676-WPTJ",
"name": "Procurement for Housing",
"identifier": {
"scheme": "GB-PPON",
"id": "PRLY-9676-WPTJ"
},
"address": {
"streetAddress": "2 Olympic Way",
"locality": "Birchwood, Warrington",
"postalCode": "WA2 0YL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD61"
},
"contactPoint": {
"name": "Stephanie Johnston",
"email": "sjohnston@pfh.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.procurementforhousing.co.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PRLY-9676-WPTJ",
"name": "Procurement for Housing"
},
"tender": {
"id": "SK0925ITF",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "PfH Telecoms Network and Infrastructure Framework",
"description": "Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 90% of UK' social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under section 2 of the Procurement Act 2023 and a centralised procurement authority under section 1(4) of that Act. Please refer to www.pfh.co.uk for additional information. PfH is administered by Inprova Limited and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner, supporting business performance improvement for the public sector. PfH intends to establish a Framework Agreement for Telecommunications and Associated Services. The framework will provide services and associated products relating to networking and security including cloud-based solutions, voice solutions, unified communications, mobile communications and total communications, in addition to providing solution to support digital inclusion and solutions utilising the Internet of Things technologies. The Framework will be divided into lots which will be set out in the Tender Notice.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "73400000",
"description": "Research and Development services on security and defence materials"
},
{
"scheme": "CPV",
"id": "30000000",
"description": "Office and computing machinery, equipment and supplies except furniture and software packages"
},
{
"scheme": "CPV",
"id": "50310000",
"description": "Maintenance and repair of office machinery"
},
{
"scheme": "CPV",
"id": "50300000",
"description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2a",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "45314000",
"description": "Installation of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "64000000",
"description": "Postal and telecommunications services"
},
{
"scheme": "CPV",
"id": "71316000",
"description": "Telecommunication consultancy services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "30000000",
"description": "Office and computing machinery, equipment and supplies except furniture and software packages"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2a"
},
{
"id": "2b",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "45314000",
"description": "Installation of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "64000000",
"description": "Postal and telecommunications services"
},
{
"scheme": "CPV",
"id": "71316000",
"description": "Telecommunication consultancy services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "51300000",
"description": "Installation services of communications equipment"
},
{
"scheme": "CPV",
"id": "30000000",
"description": "Office and computing machinery, equipment and supplies except furniture and software packages"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2b"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "64000000",
"description": "Postal and telecommunications services"
},
{
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
},
{
"scheme": "CPV",
"id": "50300000",
"description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "98000000",
"description": "Other community, social and personal services"
},
{
"scheme": "CPV",
"id": "75000000",
"description": "Administration, defence and social security services"
},
{
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
}
],
"value": {
"amountGross": 99000000,
"amount": 82500000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "This Framework Agreement may be used by all current members of PfH at the time of the FTS notice and those contracting authorities that become a member of PfH during the period of the Framework Agreement. This includes all contracting authorities across England, Wales, Scotland and Northern Ireland listed on the following page of the PfH website: http://procurementforhousing.co.uk/permissible-users/ This includes registered providers of social housing; registered social landlords; the Northern Ireland Housing Executive; public authorities; local authorities; ALMOs; central government departments; schools, colleges, universities and other education establishments; hospital trusts, ambulance services and other NHS organisations and services; fire and rescue, police and other emergency services; passenger transport services; charities and other third sector organisations and any wholly owned subsidiaries of the above organisations. See paragraph 1.3.5 of Document 1 of the tender pack.",
"description": "The purpose of this Framework Agreement is to provide a compliant and flexible route to market for members of PfH across England, Wales, Scotland, and Northern Ireland, as well as other public bodies permitted to use the Framework Agreement, who require services within the scope of Telecoms Network and Infrastructure. Once awarded, PfH members and eligible users will be able to place call-off contracts directly with successful framework suppliers. * The Direct Award Process may be used where criteria required under PA23 are satisfied. * Or where the Customer prefers, the Competitive Selection Process as permitted under PA23 is followed. * For Below Threshold Contracts, these conditions are not mandatory. The Customer may choose to apply them or instead select the most suitable process based on an objective assessment of which approach best delivers value for money in line with their requirements. Each PfH member will enter into a direct contractual relationship with the appointed supplier for their call-off contract. Call-off contract durations are expected to range from an expected minimum of 12 months up to a maximum of four years or may be project-specific. PfH members are free to determine the most appropriate contract length to meet their requirements. Framework pricing will be available as an indication of what is anticipated under the framework and bespoke pricing will be provided as determined by the member's requirements. Suppliers are advised that they are eligible to submit bids for all Lots under this Framework Agreement. There are no restrictions on the number of Lots a supplier may apply for."
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-06T00:00:00+00:00",
"endDate": "2029-02-05T23:59:59+00:00",
"maxExtentDate": "2030-02-05T23:59:59+00:00"
},
"status": "active",
"title": "Lot 1 - Network Infrastructure, Services, Hardware & Cybersecurity",
"description": "This lot covers the design, deployment, and management of core network infrastructure, including full-fibre, leased lines, WAN/LAN solutions, and associated hardware. It supports secure, high-performance connectivity across estates, enabling digital transformation and future-proofing member networks. Services include installation, maintenance, and optimisation, with options for managed network services and hardware procurement. Associated products and services may be tailored to meet specific member needs, supporting the effective delivery of the lot's offerings. The provisions of this lots are available throughout the entirety of England, Wales, Scotland and Northern Ireland.",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Lot 1 - Network Infrastructure, Services, Hardware & Cybersecurity",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Lot 1 - Network Infrastructure, Services, Hardware & Cybersecurity",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement will be let for 3 years, with an optional extension of a further 12 months."
}
},
{
"id": "2a",
"title": "Lot 2a - Unified Communications & Collaboration (Licence based)",
"description": "This lot provides integrated communication solutions to support hybrid working, customer engagement, and internal collaboration across housing and public sector organisations nationwide. All products and services are licence-based, enabling flexible access and scalable deployment. Offerings include cloud telephony (VoIP, SIP Trunking, Hosted PBX), collaboration platforms (Microsoft Teams, Zoom, Webex, Slack), and unified messaging tools (voicemail-to-email, SMS gateways, internal chat). These services are designed to enhance connectivity across remote and office-based teams, with support for softphones, mobile apps, and video conferencing hardware. Associated products and services may be tailored to meet specific member needs, supporting the effective delivery of the lot's offerings. The provisions of this lots are available throughout the entirety of England, Wales, Scotland and Northern Ireland.",
"status": "active",
"value": {
"amountGross": 14400000,
"amount": 12000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Lot 2a - Unified Communications & Collaboration (Licence based)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Lot 2a - Unified Communications & Collaboration (Licence based)",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-06T00:00:00+00:00",
"endDate": "2029-02-05T23:59:59+00:00",
"maxExtentDate": "2030-02-05T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement will be let for 3 years, with an optional extension of a further 12 months."
}
},
{
"id": "2b",
"title": "Lot 2b - Unified Communications & Collaboration (Pay-as- you-go)",
"description": "This lot offers flexible, integrated communication solutions designed to support hybrid working, customer service, and internal collaboration across housing and public sector organisations. Delivered on a pay-as-you-go basis, members can scale usage according to demand and budget. Services include cloud telephony (VoIP, SIP Trunking, Hosted PBX), collaboration platforms (Microsoft Teams, Zoom, Webex, Slack), and unified messaging tools such as voicemail-to-email, SMS gateways, and internal chat. Hybrid work enablement is supported through softphones, mobile apps, and video conferencing hardware, ensuring seamless connectivity across remote and office-based teams. To enhance service delivery, this lot also includes intelligent contact centre solutions with omnichannel support, CRM integration, CCaaS platforms, AI call routing, sentiment analysis, and workforce management tools. AI is selectively integrated to improve analytics, automate meeting tasks, and optimise contact centre performance without adding complexity. Analytics and reporting tools provide valuable insights into communication usage and quality. Associated products and services may be tailored to meet specific member needs, supporting the effective delivery of the lot's offerings. Associated products and services may be tailored to meet specific member needs, supporting the effective delivery of the lot's offerings. The provisions of this lots are available throughout the entirety of England, Wales, Scotland and Northern Ireland.",
"status": "active",
"value": {
"amountGross": 14400000,
"amount": 12000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Lot 2b - Unified Communications & Collaboration (Pay-as- you-go)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Lot 2b - Unified Communications & Collaboration (Pay-as- you-go)",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-06T00:00:00+00:00",
"endDate": "2029-02-05T23:59:59+00:00",
"maxExtentDate": "2030-02-05T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement will be let for 3 years, with an optional extension of a further 12 months."
}
},
{
"id": "3",
"title": "Lot 3 - SmartConnect - Mobile, 5G & Hardware Solutions",
"description": "This lot provides mobile connectivity and infrastructure to support workforce mobility, smart estate management, and real-time data processing across housing and public sector organisations. It includes flexible mobile voice and data plans (4G/5G SIMs, pooled and unlimited data), a wide range of supported devices (smartphones, tablets, rugged hardware), and centralised mobile device management (MDM) with AI-based health monitoring. These services enable organisations to stay connected on the move and deploy smart devices across estates, enhancing operational efficiency and responsiveness. Advanced technologies such as private 5G networks and edge computing are also included, offering high-performance wireless coverage for campuses and faster local data processing. AI is selectively applied to optimise network performance, support intelligent decision-making, and enhance analytics. Associated products and services may be tailored to meet specific member requirements, ensuring the effective delivery of the lot's offerings. This Framework will also cover associated goods and services and will be available for use across England, Wales, Scotland, and Northern Ireland.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Lot 3 - SmartConnect - Mobile, 5G & Hardware Solutions",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Lot 3 - SmartConnect - Mobile, 5G & Hardware Solutions",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-06T00:00:00+00:00",
"endDate": "2029-02-05T23:59:59+00:00",
"maxExtentDate": "2030-02-05T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement will be let for 3 years, with an optional extension of a further 12 months."
}
},
{
"id": "4",
"title": "Lot 4 - Digital Inclusion, Wi-Fi & IOT Solutions",
"description": "This lot is designed to bridge the digital divide by delivering inclusive, affordable digital services to residents in social housing and underserved communities across the UK. It supports access to connectivity, devices, and digital skills through community Wi-Fi, affordable broadband (including social tariffs and voucher schemes), and device access programmes such as loan schemes and refurbished equipment distribution. Digital skills training is also included, with AI-personalised learning paths to support individual progress. These services are delivered in partnership with councils, charities, and social enterprises to maximise social value and community impact. Enhanced with IoT connectivity, this lot enables smarter, safer environments through applications such as environmental monitoring and assisted living. It includes low-power, wide-area connectivity (NB-IoT, LTE-M), scalable SIM provisioning, and AI-based anomaly detection for real-time device management. AI is also used to optimise Wi-Fi performance, personalise learning, and measure impact through sentiment analysis and inclusion KPIs. Associated products and services may be tailored to meet specific member needs, ensuring the effective delivery of the lot's offerings. This Framework will be available for use across England, Wales, Scotland, and Northern Ireland.",
"status": "active",
"value": {
"amountGross": 18000000,
"amount": 15000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Lot 4 - Digital Inclusion, Wi-Fi & IoT Solutions",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Lot 4 - Digital Inclusion, Wi-Fi & IOT Solutions",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-06T00:00:00+00:00",
"endDate": "2029-02-05T23:59:59+00:00",
"maxExtentDate": "2030-02-05T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement will be let for 3 years, with an optional extension of a further 12 months."
}
}
],
"communication": {
"futureNoticeDate": "2025-09-22T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethodDetails": "https://www.mytenders.co.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-11-03T12:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2025-10-20T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-01-16T23:59:59+00:00"
},
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "Document 1 - PA23 - ITT - PfH Telecoms Framework",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613528"
},
{
"id": "L-2",
"documentType": "biddingDocuments",
"description": "Document 2 - PA23 - Instructions to Tenderers",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613530"
},
{
"id": "L-3",
"documentType": "biddingDocuments",
"description": "Document 3 - PA23 - Evaluation Criteria",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613532"
},
{
"id": "L-4",
"documentType": "biddingDocuments",
"description": "Document 4 - PA23-Framework Scope and Requirements",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613533"
},
{
"id": "L-5",
"documentType": "biddingDocuments",
"description": "Document 5A - Procurement Specific Questionnaire (PSQ)",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613536"
},
{
"id": "L-6",
"documentType": "biddingDocuments",
"description": "Document 5B - PSQ Scoring Methodology",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613538"
},
{
"id": "L-7",
"documentType": "biddingDocuments",
"description": "Document 6A - ITT Template - Final",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613540"
},
{
"id": "L-9",
"documentType": "biddingDocuments",
"description": "Document 6B - ITT Scoring Methodology & Note",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613548"
},
{
"id": "L-17",
"documentType": "biddingDocuments",
"description": "Document 7- Pricing Schedule",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613549"
},
{
"id": "L-18",
"documentType": "biddingDocuments",
"description": "Document 8 - Framework Agreement-Template",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613550"
},
{
"id": "L-19",
"documentType": "biddingDocuments",
"description": "Document 9- Call Off Contract and Conditions - Template.",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613552"
},
{
"id": "L-20",
"documentType": "biddingDocuments",
"description": "Document 10 - Tender Certificates.",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613555"
},
{
"id": "L-21",
"documentType": "biddingDocuments",
"description": "Document 11- Quantum Gen 2 form Template.",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613557"
},
{
"id": "L-22",
"documentType": "biddingDocuments",
"description": "Document 12 - Tender Submission Checklist",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=613560"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "058667-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/058667-2025",
"datePublished": "2025-09-22T16:49:52+01:00",
"format": "text/html"
}
]
},
"language": "en"
}