Tender

Managed Network Services

ESSEX COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

02 Sep 2025 at 20:36

Summary of the contracting process

The procurement process for "Managed Network Services" is led by Essex County Council, located in Chelmsford, United Kingdom. This tender falls under the industry categories of local area networks, wide area networks, and wireless telecommunications systems, with a focus on security software and data network support services. The procurement is at the 'Tender' stage, with key dates including an expression of interest deadline on 29th September 2025, and an award period ending on 5th March 2026. The procurement method is selective, utilising a competitive flexible procedure across two stages, involving a Procurement Selection Questionnaire (PSQ) followed by an Invitation to Tender (ITT). The estimated contract value ranges from £46,486,259.50 to £61,607,520.00 and aims to manage network services for approximately 175 sites within the region UKH3.

This tender offers significant opportunities for businesses specialising in network services, particularly those experienced in managed network solutions that are secure, scalable, and adaptable to hybrid working conditions. Firms offering local area network, wide area network, and wireless telecommunications expertise, combined with a strong focus on security and reliability, would be well-suited to compete. As the contract includes the potential for strategic partnerships to advance Essex County Council's digital transformation agenda, businesses innovative in reducing carbon emissions, costs, and leveraging cloud-based infrastructures could find this an advantageous opportunity for growth and establishing long-term relationships with a major public authority. The tender's flexibility and focus on future-proofing network services highlight potential growth areas for adaptable and forward-thinking businesses.

How relevant is this notice?

Notice Information

Notice Title

Managed Network Services

Notice Description

Transformation is fundamental and across the Authority change is inevitable, now, and as we move into the future. The Authority sets our clear intention to be a modern digital council, maximising the use of new technologies, delivering innovation and to work more effectively, as well as to maximise our opportunity to add value across the Authority. The Authority understands that our suppliers (particularly on a technology or digital front) are leaders within their specific expertise. To enable the Authority to become a modern digital council, we require strategic relationships with our suppliers to support us with delivering our key principles, helping with challenges and to contribute to managing, shaping and innovating our services The Authority has used outsourced Managed Service Providers (MSPs) for network services for over 20 years, with the current network contract in place since 2012. This Procurement aims to replace the existing network technology while maintaining the same operating model to meet the Authority's evolving needs, which include hybrid working, an evolving real estate and defending against increasing cyber threats. The Authority requires a modern and well managed enterprise network solution that is designed, built, and managed based on effective security principles. The Solution will need to ensure that there is robust protection whilst maintaining a quality service experience to our Users and their various working styles. The wider adoption of hybrid working has seen the traditional perimeter of the network extend outside of our buildings. This change needs to be reflected in the security of the network, thereby securing the User and their Device as well as the traditional elements of the network. The Services must provide consistent and reliable connections that are scalable and flexible, both operationally and commercially, to accommodate changes in usage and demand at all Sites both now and in the future. The Procurement aims to consolidate contract management through operating a unified Managed Network Service for the Sites. The Provider must provide a reliable and consistent Service, including a managed service "wrap" founded on proactive support, open and transparent communication, strategic alignment with the Authority's business goals, and accurate data and reporting. This will enable the Authority to gain insights from the Provider on how to reduce costs and carbon emissions while promoting innovation during the life of the Contract. The Services must minimise network reliance on specific Sites through reducing on premise infrastructure. The Authority will work with the Provider to reduce network-related carbon emissions annually and to minimise costs associated with Sites by leveraging cloud infrastructure and enabling working for business continuity. This Contract will require the Provider to replace the network components at each Site, i.e. Wi-Fi, LAN and WAN to achieve the Authority's aims and outcomes. The Authority currently has various contracts in place to provide network services for circa 175 sites. The 175 Sites in scope comprise 127 under an existing managed services contract with the remainder, known as New Sites, having unmanaged services. There are c.9000 Authority Users who can use the network daily, along with General Public and Guest Users. It is anticipated, that during the life of this contract/framework, the LGR process will commence and/or progress potentially impacting this contract/framework. Impacts may include, but are not limited to, modifications such as a transfer of the legal entity you currently contract with, significant increases and/or decreases in the value/volume of goods/services/works required due to the change in size/scope of the Contracting Authority, and/or changes to the scope of the nature of goods/services/works required. Although any contract scope changes should broadly relate to the nature of the existing scope, new goods/services/works of a related nature may be required that were not previously included. The contracting authority is Essex County Council and any Successor Body meaning one or more entities which assumes any of the Council's functions (as applicable) as a result of Local Government Reform (LGR). Such successor body or bodies may be, without limitation, a local authority, a combined authority, a combined county authority, a strategic authority or any other status determined pursuant to the Devolution and LGR Legislation. The scale and exact timing of the changes are unknown at this point, but it is known that LGR will impact the County of Essex. All suppliers who work with the Authority need to be aware and where possible, work with the Authority to adapt to any changes/modifications as required to ensure smooth transition and continuity of services. Estimated contract value range, inclusive of possible extensions, is between PS46,486,259.50 - PS61,607,520.00 (inclusive of VAT).

Lot Information

Lot 1

Options: The right to additional purchases while the contract is valid. Services within the Networks scope which do not materially alter the original requirement. Any Services which are described and within the scope as defined for Minor Projects, Complex Projects or Technical Collaborations Project work includes additions, removals, decommissioning, and changes to the existing service provision, the specific details of which cannot be foreseen. Much of this work would be associated with Essex County Councils changing property portfolio (e.g. Estates Transformation Programme).

Renewal: The Authority may at its sole discretion extend the Term by such period as it may specify in written notice given not less than 3 months' prior to the expiry of the Term and may do so on as many occasions as it shall think fit provided that such extensions shall not, except as otherwise provided in this Agreement, exceed forty-eight (48) months in total. The Authority may, in addition to the extension described above, at its sole discretion require the Provider to provide TAP Services (which includes BAU, Exit Services and Chargeable Service Requests) for such a further period as it may specify in written notice given not less than 3 month's prior to the expiry of the Contract Term and may do so on as many occasions as it shall think fit provided that such extensions shall not, except as otherwise provided in this Agreement, exceed twenty-four (24) months in total.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0592b5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/053348-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

32410000 - Local area network

32430000 - Wide area network

32510000 - Wireless telecommunications system

48730000 - Security software package

72315100 - Data network support services

72710000 - Local area network services

72720000 - Wide area network services

Notice Value(s)

Tender Value
£61,607,520 £10M-£100M
Lots Value
£61,607,520 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Sep 20253 months ago
Submission Deadline
17 Sep 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
23 Mar 2026 - 22 Mar 2033 Over 5 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
ESSEX COUNTY COUNCIL
Contact Name
Not specified
Contact Email
sophie.jarrett@essex.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CHELMSFORD
Postcode
CM1 1QH
Post Town
Chelmsford
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH3 Essex
Small Region (ITL 3)
TLH36 Heart of Essex
Delivery Location
TLH3 Essex

Local Authority
Chelmsford
Electoral Ward
Moulsham and Central
Westminster Constituency
Chelmsford

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-0592b5-2025-09-02T21:36:34+01:00",
    "date": "2025-09-02T21:36:34+01:00",
    "ocid": "ocds-h6vhtk-0592b5",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWVM-4844-NRQH",
            "name": "Essex County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWVM-4844-NRQH"
            },
            "address": {
                "streetAddress": "County Hall, Market Road",
                "locality": "Chelmsford",
                "postalCode": "CM1 1QH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH36"
            },
            "contactPoint": {
                "email": "sophie.jarrett@essex.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.essex.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWVM-4844-NRQH",
        "name": "Essex County Council"
    },
    "planning": {
        "noEngagementNoticeRationale": "Preliminary market engagement was undertaken in accordance with Public Contract Regulations 2015, before the Procurement Act 2023 came into effect. Notice reference: 2024/S 000-034256 CO0168 Managed Network Services."
    },
    "tender": {
        "id": "D001PA",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Managed Network Services",
        "description": "Transformation is fundamental and across the Authority change is inevitable, now, and as we move into the future. The Authority sets our clear intention to be a modern digital council, maximising the use of new technologies, delivering innovation and to work more effectively, as well as to maximise our opportunity to add value across the Authority. The Authority understands that our suppliers (particularly on a technology or digital front) are leaders within their specific expertise. To enable the Authority to become a modern digital council, we require strategic relationships with our suppliers to support us with delivering our key principles, helping with challenges and to contribute to managing, shaping and innovating our services The Authority has used outsourced Managed Service Providers (MSPs) for network services for over 20 years, with the current network contract in place since 2012. This Procurement aims to replace the existing network technology while maintaining the same operating model to meet the Authority's evolving needs, which include hybrid working, an evolving real estate and defending against increasing cyber threats. The Authority requires a modern and well managed enterprise network solution that is designed, built, and managed based on effective security principles. The Solution will need to ensure that there is robust protection whilst maintaining a quality service experience to our Users and their various working styles. The wider adoption of hybrid working has seen the traditional perimeter of the network extend outside of our buildings. This change needs to be reflected in the security of the network, thereby securing the User and their Device as well as the traditional elements of the network. The Services must provide consistent and reliable connections that are scalable and flexible, both operationally and commercially, to accommodate changes in usage and demand at all Sites both now and in the future. The Procurement aims to consolidate contract management through operating a unified Managed Network Service for the Sites. The Provider must provide a reliable and consistent Service, including a managed service \"wrap\" founded on proactive support, open and transparent communication, strategic alignment with the Authority's business goals, and accurate data and reporting. This will enable the Authority to gain insights from the Provider on how to reduce costs and carbon emissions while promoting innovation during the life of the Contract. The Services must minimise network reliance on specific Sites through reducing on premise infrastructure. The Authority will work with the Provider to reduce network-related carbon emissions annually and to minimise costs associated with Sites by leveraging cloud infrastructure and enabling working for business continuity. This Contract will require the Provider to replace the network components at each Site, i.e. Wi-Fi, LAN and WAN to achieve the Authority's aims and outcomes. The Authority currently has various contracts in place to provide network services for circa 175 sites. The 175 Sites in scope comprise 127 under an existing managed services contract with the remainder, known as New Sites, having unmanaged services. There are c.9000 Authority Users who can use the network daily, along with General Public and Guest Users. It is anticipated, that during the life of this contract/framework, the LGR process will commence and/or progress potentially impacting this contract/framework. Impacts may include, but are not limited to, modifications such as a transfer of the legal entity you currently contract with, significant increases and/or decreases in the value/volume of goods/services/works required due to the change in size/scope of the Contracting Authority, and/or changes to the scope of the nature of goods/services/works required. Although any contract scope changes should broadly relate to the nature of the existing scope, new goods/services/works of a related nature may be required that were not previously included. The contracting authority is Essex County Council and any Successor Body meaning one or more entities which assumes any of the Council's functions (as applicable) as a result of Local Government Reform (LGR). Such successor body or bodies may be, without limitation, a local authority, a combined authority, a combined county authority, a strategic authority or any other status determined pursuant to the Devolution and LGR Legislation. The scale and exact timing of the changes are unknown at this point, but it is known that LGR will impact the County of Essex. All suppliers who work with the Authority need to be aware and where possible, work with the Authority to adapt to any changes/modifications as required to ensure smooth transition and continuity of services. Estimated contract value range, inclusive of possible extensions, is between PS46,486,259.50 - PS61,607,520.00 (inclusive of VAT).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32410000",
                        "description": "Local area network"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32430000",
                        "description": "Wide area network"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32510000",
                        "description": "Wireless telecommunications system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48730000",
                        "description": "Security software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72315100",
                        "description": "Data network support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72710000",
                        "description": "Local area network services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72720000",
                        "description": "Wide area network services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 61607520,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement will be completed in two (2) stages. The first stage is Procurement Selection Questionnaire (PSQ), for which the award criteria and selection process is detailed in the procurement documentation. Bidders that are successful at the PSQ stage will be invited to participate in the second stage, Invitation to Tender (ITT)."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "Selection of tenderers will be based solely on the criteria set out for the procurement. For this tender the Authority will be using the ProContract (aka Due North) eSourcing portal https://procontract.due-north.com throughout the procurement process, and all communications with Essex County Council relating to this procurement exercise must be via the portal's messaging system. Supplier registration on the portal is free of charge and can be done via: https://procontract.due-north.com/ The reference and title of this procurement in ProContract is DN787914 DP001PA Managed Network Service. It is recommended that any Bidder not already registered on the ProContract eSourcing portal, register at the earliest opportunity. The Authority reserves the right to amend timescales for any reason and change the assessment criteria where necessary for example if there are genuine omissions or mistakes. The Authority also reserves the right to cancel the procurement exercise and/or not to award all or part of a contract. The Authority will not be responsible for any costs incurred by bidders in relation to this procurement exercise.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-09-29T17:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-09-17T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-05T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 61607520,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Quality Questions",
                            "description": "Strategic Requirements (5%) Managed Service Approach (10%) Service Requests and Chargeable Projects (10%) Disaster Recovery and Resilience (7%) Capacity & Performance, Service Availability, Scalability & Flexibility (7%) Financial Management (6%) Transition Strategy (10%) Service Transition Project Plan (10%) Network Technology (10%) Security (7%) Compliance (4%) Technical Design Standards & Documentation (4%) Non-Corporate Services (7%) Contract Exit (3%)",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Social Value",
                            "description": "Social Value Calculator in conjunction with Social Value Supporting Statement",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Bidders are required to complete and submit a full Pricing Matrix demonstrating their costs associated with delivering the requirement as set out in the tender documentation for D001PA Managed Network Services. The Authority states that: As set out in the Procurement Act 2023 & Procurement Regulations 2024 an abnormally low bid may be rejected. The Pricing Matrix provided at ITT must be completed fully. If not completed and returned as part of the tender response the Authority reserves the right to exclude the bid. The cost of the Managed Network (excluding Minor Project, Complex Project and Technical Collaboration service requests) and Exit mobilisation Costs for the initial 7-year contract term, must not exceed PS24,227,045. Bids that do exceed this will be excluded from the tender. The prices and/or rates stated in this commercial section constitute the only reimbursement and profit to the organisation for providing the Services which are the subject of this Agreement. The prices are deemed to cover all costs, expenses and profit incurred directly or indirectly by the Provider in providing the Services. All rates and prices quoted in this section must be in GBP and exclusive of VAT",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "There are Legal and financial capacity conditions of participation, full details on these are included in the tender documentation which can be found through by searching for the opportunity, DN787914 D001PA Managed Network Services on the Authority's eSourcing system, ProContract, https://procontract.due-north.com/Login."
                        },
                        {
                            "type": "technical",
                            "description": "There are Technical ability conditions of participation, full details on these are included in the tender documentation which can be found through by searching for the opportunity, DN787914 D001PA Managed Network Services on the Authority's eSourcing system, ProContract, https://procontract.due-north.com/Login."
                        },
                        {
                            "description": "The Authority will assess all PSQ submissions for the first stage of the procurement process. All questions unless stipulated are mandatory. Questions in the PSQ can be broken down into three classes: Information Only Pass/Fail Scored If a Bidder 'fails' one or more pass/fail questions, the Authority reserves the right to exclude the bid from the further participation in the procurement process. Minimum scores have been added to all scored questions. Where a Bidder fails to achieve the minimum score for one or more questions that has a minimum score stipulated, the Authority reserves the right to exclude their bid from the procurement process. Each question's minimum score is detailed in the tender documentation and within the question on the ProContract. Bidders must answer either 10.1 or 10.2, but not both. If a Bidder provides answers to both questions 10.1 and 10.2, the response to question 10.1 will be assessed regardless of which response may have scored higher. Ranking of Bidders: Those bids which have been excluded from the procurement process for whatever reason will not be ranked. The Authority will use the scores each Bidder receives in the scored portion of the PSQ to rank Bidders to assess which Bidders will be invited to the second stage (Invitation to Tender) of this procurement. The top scoring Bidders will be ranked in descending order of score with the highest scoring Bidder ranked one (1), the second highest ranked two (2) and so on. In the event of a tie, the tying Bidders will receive the same ranking, and the next rank(s) down will be skipped (e.g. if there is a two-way tie for rank two (2), then there will be no Bidder ranked three (3) and the next ranking Bidder will be ranked four (4). If it is a three-way tie, the next placed ranking will be rank five (5)). There is no limit for the number of Bidders who may be tied for a rank. It is the intention for the number of Bidders shortlisted to progress to the second stage for this procurement, to be those ranked one (1) to six (6). However, if six (6) Bidders do not meet the minimum requirements set forth in the first stage, the Authority reserves the right to continue the procurement with fewer than six (6) Bidders. Additionally, in the event that any Bidder is ranked seven (7), eight (8), nine (9) or ten (10) and their overall score is within 5% of the Bidder(s) ranked six, the Authority reserve the right to take any additional such Bidders through to the second stage.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-03-23T00:00:00Z",
                    "endDate": "2033-03-22T23:59:59Z",
                    "maxExtentDate": "2037-03-04T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority may at its sole discretion extend the Term by such period as it may specify in written notice given not less than 3 months' prior to the expiry of the Term and may do so on as many occasions as it shall think fit provided that such extensions shall not, except as otherwise provided in this Agreement, exceed forty-eight (48) months in total. The Authority may, in addition to the extension described above, at its sole discretion require the Provider to provide TAP Services (which includes BAU, Exit Services and Chargeable Service Requests) for such a further period as it may specify in written notice given not less than 3 month's prior to the expiry of the Contract Term and may do so on as many occasions as it shall think fit provided that such extensions shall not, except as otherwise provided in this Agreement, exceed twenty-four (24) months in total."
                },
                "hasOptions": true,
                "options": {
                    "description": "The right to additional purchases while the contract is valid. Services within the Networks scope which do not materially alter the original requirement. Any Services which are described and within the scope as defined for Minor Projects, Complex Projects or Technical Collaborations Project work includes additions, removals, decommissioning, and changes to the existing service provision, the specific details of which cannot be foreseen. Much of this work would be associated with Essex County Councils changing property portfolio (e.g. Estates Transformation Programme)."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "053348-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/053348-2025",
                "datePublished": "2025-09-02T21:36:34+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Bidders should refer to Schedule 3 (Payment) of D001PA Terms and Conditions for the relevant information on payments under this contract."
        },
        "riskDetails": "It is anticipated, that during the life of this contract, the LGR process will commence and progress potentially impacting this contract. Impacts may include, but are not limited to, modifications such as a transfer of the legal entity you currently contract with, significant increases and/or decreases in the value/volume of services and works required due to the change in size/scope of the Contracting Authority, and/or changes to the scope of the nature of goods/services/works required. Although any contract scope changes should broadly relate to the nature of the existing scope, new goods/services/works of a related nature may be required that were not previously included."
    },
    "language": "en"
}