Field Operations and Maintenance Services Framework

Award

Value

£50,000,000

Classifications

  • Telecommunications-infrastructure maintenance services
  • Repair and maintenance services of electrical and mechanical building installations

Tags

  • award
  • contract

Published

7 months ago

Description

DMSL managed a tender on behalf of the mobile network operators (EE, Telefonica, Three and Vodafone, collectively the "Contracting Organisations") to appoint a supplier who is able to provide field operations and maintenance services for Mobile Telecoms Base Station Sites. Each of the Contracting Organisations is a signatory to the Field Operations and Maintenance Services Framework Agreement.
Neither DMSL nor the Contracting Organisations are contracting authorities. This tender was conducted voluntarily under the Public Contracts Regulations 2015 ("PCR") as call offs awarded under the framework will be contracts subsidised by the Department for Science, Innovation & Technology (DSIT) within the meaning of Regulation 13 of the PCR.
The aim of the procurement was to appoint suppliers who are able to provide field operations and maintenance services to support mobile telecom base station sites that are funded under the Shared Rural Network ("SRN") programme.
Call offs may be awarded by the MNOs or their build organisations.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Servicing and Maintenance of Air Handling Systems

The university of Chichester has a requirement for a suitably qualified contractor to undertake maintenance and servicing of our Air Handling systems. The University is located on two sites in West Sussex, one being the Bognor Regis Campus in Upper Road, Bognor Regis and other at the Bishop Otter Campus in College Lane, Chichester, plus Stockbridge E, Stockbridge Road, Chichester and other 'Managed' properties. It should be noted that the University operates a non-smoking policy. Current Air Handling Systems Service Operations The contract will operate for 52 weeks a year. Contractors are required to submit a detailed programme and schedule for all periodic servicing of Air Handling Systems before the start of the contract year, to be agreed with the University Access Arrangements Air Handling Systems Services normally take place between Monday and Friday after 0900 hours and before 1800 hours in all residential and communal areas Arrangements for alterations to these times will be made by agreement with the Supervising Officer before commencing operations. Entry to any building or student room is by appointment only, arranged by the Estate Management Department. The contractor is required to give the University's Estate Management Department 48 hours' notice minimum of its intention to carry out a service visit. Full asset lists are available for each campus and are provided in Appendix 3 and 4. A full specification of works is available in Appendix 2. Full details of our requirements are available in the tender documents. All tender documents, Questions and Answers are open to all bidders. Please send your completed submission to the University by the closing date of 29 July 2025 at 09:00am, to [email protected]. Please note, we do not accept submissions via file transfer sites. [email protected] accepts emails and attachments of up to 35MB and it is acceptable to submit in more than one email.

Katy Reed

Published 2 days ago
Open

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete