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

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

Email

UKStratComDD-CM-F-IUS@mod.gov.uk