We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 73741-2020

13/02/2020    S31

United Kingdom-Liverpool: Postal and telecommunications services

2020/S 031-073741

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Crown Commercial Service
Postal address: The Capital Building, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: psncoreservices@crowncommercial.gov.uk
Telephone: +44 3450103503
Internet address(es):
Main address: https://www.gov.uk/government/organisations/crown-commercial-service
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Public Services Network (PSN) Core Services

Reference number: RM6167
II.1.2)Main CPV code
64000000 Postal and telecommunications services
II.1.3)Type of contract
Services
II.1.4)Short description:

Crown Commercial Service (CCS) intends to establish a framework for the provision of Public Services Network (PSN) core services which allow government to send information electronically and securely. The framework will replace 2 core services currently provided by the Government GSI Convergence Framework (GCF), made available under 2 lots: PSN Domain Name System (DNS) services and PSN Email Relay (including mail hygiene) services. The framework will be used by or on behalf of the whole of the UK public sector and their associated bodies and agencies, the voluntary sector, charities and/or other private organisations acting as managing agents or procuring on behalf of the public sector delivering services of a public nature.

II.1.5)Estimated total value
Value excluding VAT: 44 600 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1: PSN DNS Service;

Lot 2: PSN Email Relay Service.

II.2)Description
II.2.1)Title:

PSN DNS Service

Lot No: 1
II.2.2)Additional CPV code(s)
48800000 Information systems and servers
64000000 Postal and telecommunications services
72000000 IT services: consulting, software development, Internet and support
72212200 Networking, Internet and intranet software development services
72300000 Data services
72400000 Internet services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

PSN Domain Name System (DNS) Nameserver services which reconcile website names and their underlying IP addresses, reachable by entities connected to and presented on both the PSN and the internet. To be provided by the successful supplier under the framework contract to buyers and end customers as part of their deliverables under a call-off contract and whose specification is set out in framework Schedule 1 Part 1.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 30 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 16/06/2020
End: 15/12/2024
This contract is subject to renewal: yes
Description of renewals:

Optional extensions permitted.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The framework contract will be established from execution (signing of the framework contract) and the services will commence from the service go live date. Prior to the service go live date there will be an initial 6 months which will allow for the implementation plan and testing stage during which the supplier will build/bespoke their solution and upon achieving a migration go-live date,

II.2)Description
II.2.1)Title:

PSN Email Relay Service

Lot No: 2
II.2.2)Additional CPV code(s)
48800000 Information systems and servers
64000000 Postal and telecommunications services
72000000 IT services: consulting, software development, Internet and support
72212200 Networking, Internet and intranet software development services
72300000 Data services
72400000 Internet services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

PSN Email Relay Service (including mail hygiene) which enables correct email delivery both between PSN users and to the wider internet, reachable by entities connected to the PSN. To be provided by the successful supplier under the framework contract to buyers and end customers as part of their deliverables under a call-off contract and whose specification is set out in framework Schedule Part 2.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 30 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/06/2020
End: 01/12/2024
This contract is subject to renewal: yes
Description of renewals:

Optional extensions permitted.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The framework contract will be established from execution (signing of the framework contract) and the services will commence from the service go live date. Prior to the service go live date there will be an initial 6 months which will allow for the implementation plan and testing stage during which the supplier will build/bespoke their solution and upon achieving a migration go-live date,

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:

The Framework Contract will be established from execution (signing of the Framework Contract) and the Services will commence from the Service Go Live Date. Prior to the Service Go Live Date there will be an initial six (6) months which will allow for the implementation plan and testing stage during which the Supplier will build / bespoke their solution and upon achieving a Migration Go-Live Date,

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 243-597318
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/03/2020
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 23/03/2020
Local time: 15:01

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.

As part of this contract notice the following documents can be

Accessed at https://www.contractsfinder.service.gov.uk/Notice/13aaced9-5012-4589-b1a1-b378bb77c355

1) ContracT notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework;

4) Lot Structure and number of awards (if applicable).

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

To register, you will need to:

1) Go to the URL:

https://crowncommercialservice.eSourcingsolution.co.uk.

2) Select the link ‘I am a new supplier’;

3) Read and agree to the portal user agreement;

4) Complete the registration form, providing information including:

— the full legal name of your organisation,

— your company registration number,

— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun and Bradstreet,

— user and contact details.

Once you have registered on the eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.

Note: If you require additional users from your organisation to see the invitation to tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user and add additional users to the existing supplier organisation account via ‘User Management’ ‘Manage users’ ‘Users’ ‘Create’.

Expressing an interest:

To express your interest in this procurement:

1) Login to the eSourcing Suite portal:

https://crowncommercialservice.eSourcingsolution.co.uk

2) On the dashboard select the link ITTs Open to All Suppliers;

3) On the ‘ITTs Open to All Suppliers’ webpage you will see one or more procurement listed, click on the procurement name you wish to access;

4) Click on Express Interest at the top of the next screen;

5) You can now access the published documents in the portal.

For assistance please contact the eSourcing Help-desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.

On 2.4.2014 the Government introduced its Government Security Classifications (GSC) classification scheme which replaced the Government Protective Marking Scheme (GPMS). A key aspect of this was the reduction in the number of security classifications used.

All potential suppliers should make themselves aware of the changes as it may impact on this requirement. The link below to the Gov.uk website provides information on the GSC: https://www.gov.uk/government/publications/government-security-classifications

Please be advised this procurement is exempt from Cyber Security Please refer to the Procurement Policy Note (PPN - page 5)

https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/526200/ppn_update_cyber_essentials_0914.pdf

VI.4)Procedures for review
VI.4.1)Review body
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
VI.5)Date of dispatch of this notice:
11/02/2020