Published date: 6 September 2023
This notice was replaced on 6 September 2023
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Early engagement (published 6 September 2023, last edited 22 September 2023)
Closed early engagement
Contract summary
Industry
Video-conferencing equipment - 32232000
Colour video monitors - 32323100
Headphones - 32342100
Voice-mail system - 32342440
Telecommunications network - 32412100
Telephone network equipment - 32429000
Wireless telecommunications system - 32510000
Telecommunications equipment - 32522000
Switchboard equipment - 32541000
PABX equipment - 32544000
PABX systems - 32545000
Digital switchboards - 32546100
Telephone exchanges - 32551200
Telephone headsets - 32551300
Telephone cables - 32551500
Telephone sets - 32552100
Emergency telephones - 32552120
Digital telephone exchanges - 32552310
Fax equipment - 32581200
Communications server software package - 48219700
Desktop communications software package - 48511000
Interactive voice response software package - 48512000
Video conferencing software package - 48515000
Backup or recovery software package - 48710000
Anti-virus software package - 48761000
Repair of computer peripherals - 50323200
Repair and maintenance services of telecommunications lines - 50331000
Telecommunications-infrastructure maintenance services - 50332000
Upgrade services of telephone switching equipment - 50334120
Repair and maintenance services of telephone switching apparatus - 50334130
Repair and maintenance services of telephone sets - 50334140
Communications system maintenance services - 50334400
Repair and maintenance services of audio equipment - 50342000
Repair and maintenance services of video equipment - 50343000
Installation services of line telephony equipment - 51340000
Local telephone services - 64211100
Long distance telephone services - 64211200
Telephone switchboard services - 64214200
IP telephone services - 64215000
Electronic message services - 64216100
Electronic data exchange services - 64216110
Teleworking services - 64222000
Teleconferencing services - 64224000
Integrated telecommunications services - 64227000
Helpdesk services - 72253100
Systems support services - 72253200
Crisis management services - 79430000
Telephone operator services - 79511000
Call centre - 79512000
Invoicing services - 79999200
Location of contract
Any region
Procurement reference
tender_367226/1255068
Published date
6 September 2023
Closing date
9 October 2023
Contract is suitable for SMEs?
No
Contract is suitable for VCSEs?
No
Description
Background
The Ministry of Defence's (MOD'S) Integrated User Services (IUS) Programme is responsible for the delivery of Voice Telephony, Video Teleconferencing (VTC) and Mobile services across multiple security classifications. The collection of capabilities is delivered under a single contract. The aim of Future IUS (F-IUS) is to ensure the continuity of services whilst disaggregating the service portfolio.
The F-IUS Programme has assessed all services currently delivered under the single contract with the incumbent and separated these into the following several discrete capability bundles including:
a. Fixed Voice OFFICIAL & Fixed Voice and Video SECRET
b. Mobile Devices and Airtime
c. Mobile Device Management (MDM)
The F-IUS Programme will engage in a series of procurements under the bundles listed above.
RFI Context
This Request for Information (RFI) relates to the Fixed Voice OFFICIAL and Fixed Voice and Video SECRET capability bundle only, for which we anticipate releasing a Contract Notice during Winter 2023. Contract award is expected by Summer '25 with an anticipated term of three years (with options to extend thereafter).
The Authority are releasing this RFI to gauge the level of market appetite for the competition and to inform our procurement approach in advance of initiating a competition. No formal procurement process has been launched at this stage.
Currently we expect to run a single competition to contract for the service(s) as described in the full RFI document accessible via the link below, and we anticipate that the procurement will follow a competitive negotiated procedure, using the Model Services Contract, and will consist of two-stages; 1) Supplier Selection using a Dynamic Pre-Qualification Questionnaire (DPQQ), and 2) an Invitation to Negotiate (ITN).
The information contained within the below linked RFI sets out the Authority's current intentions with respect to its future procurement of the opportunity. However, the Authority's procurement strategy remains subject to change and may be further informed by the information gathered as part of this market engagement. The Authority may, at its sole discretion, amend its requirement(s) for F-IUS prior to launching any future competition.
More information
Links
-
- https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56823
- Link to full Request For Information on the Defence Sourcing Portal
Additional text
-
The UK MOD does not bind itself to carry out any procurement in relation to this RFI nor enter into any contract(s) arising out of the proceedings envisaged by this RFI and no contractual rights express or implied arise out of this notice or the procedures envisaged by it. The UK MOD reserves the right (at its sole discretion) to alter its approach prior to commencing any formal procurement.
Equally, non-participation in the market engagement will not be taken into account in any future procurement activities and will not preclude any organisation from submitting a tender in any future procurement.
Neither the UK MOD nor its respective advisers will be liable for any costs or expenses incurred by interested parties (or their professional advisers, funders, directors, officers, employees, agents or representatives) in connection with their participation in the early market engagement, any resulting or related competition, or any part thereof. All costs and expenses incurred by any person in connection with the early market engagement or any resulting or related competition generally are the responsibilities of that person, and the UK MOD will have no liability for any costs or expenses incurred by such person.
About the buyer
Contact name
F-IUS Commercial
Address
MOD Corsham, Westwells Road
Corsham
SN13 9NR
England
Share this notice