Opportunity

The Supply of TETRA Based Device to Device Remote Speaker Microphone (RSM) for use with LTE Handheld Mobile Devices on the Emergency Services Network (ESN)

  • ESMCP Commercial Team (Handheld Project)

F02: Contract notice

Notice reference: 2021/S 000-000164

Published 5 January 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

ESMCP Commercial Team (Handheld Project)

2 Marsham Street

London

SW1P 4DF

Contact

John Weston

Email

esmcpsupplier@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

https://www.gov.uk/government/publications/the-emergency-services-mobile-communications-programme

Buyer's address

https://esn.bravosolution.co.uk/web/login.html

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://esn.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://esn.bravosolution.co.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Fire and Rescue Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Supply of TETRA Based Device to Device Remote Speaker Microphone (RSM) for use with LTE Handheld Mobile Devices on the Emergency Services Network (ESN)

two.1.2) Main CPV code

  • 32000000 - Radio, television, communication, telecommunication and related equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority is undertaking a tender to appoint suitably capable and experienced providers of TETRA Based Device to Device Remote Speaker Microphones. This Procurement is to establish Framework Agreement(s) for the provision of the TETRA Based Device to Device Remote Speaker Microphone (RSM) and Accessories with LTE Handheld Mobile Devices on the Emergency Services Network (ESN). The Framework Agreement(s) will comprise of up to three (3) Suppliers that will provide the TETRA D2D RSMs and Accessories to the Authority and User Organisations under the terms of the Framework Agreement(s). Further information on the conditions and procurement process are detailed within the ITT documents.

The Authority user requirements call for a ‘device-to-device’ (RSM/D2D) mode of operation for local communication without reliance on the network. In normal operation the RSM/D2D Device acts as a RSM coupled to the ESN LTE Device.

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32250000 - Mobile telephones
  • 32260000 - Data-transmission equipment
  • 32344210 - Radio equipment
  • 32500000 - Telecommunications equipment and supplies
  • 32510000 - Wireless telecommunications system
  • 32522000 - Telecommunications equipment
  • 32581000 - Data-communications equipment
  • 50312310 - Maintenance of data network equipment
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON
Main site or place of performance

London

two.2.4) Description of the procurement

The Authority is undertaking a tender to appoint suitably capable and experienced providers of TETRA Based Device to Device Remote Speaker Microphones. This Procurement is to establish Framework Agreement(s) for the provision of the TETRA Based Device to Device Remote Speaker Microphone (RSM) and Accessories with LTE Handheld Mobile Devices on the Emergency Services Network (ESN). The Framework Agreement(s) will comprise of up to three (3) Suppliers that will provide the TETRA D2D RSMs and Accessories to the Authority and User Organisations under the terms of the Framework Agreement(s). The Framework Agreement will have an initial term of 3 years with the option to extend by up to a further 12 months. Further information on the conditions and procurement process are detailed within the ITT documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £80,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial Term may be extended by up to a further 12 months beyond the Initial Framework Term in accordance with the terms and conditions.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 3

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 009-015731

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 February 2021

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

26 February 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Expressions of Interest to participate in this procurement should be made by e-mailing ESMCPSupplier@homeoffice.gov.uk.

Following receipt of an Expression of Interest the Authority will send the Contract Letting Participation Agreement (CLPA); Ethical Walls Agreement (EWA) and Security Aspects Letter (SAL) to the supplier to complete and return to the same e-mail address. The procurement documentation will be provided through the Portal and response through the portal is a mandatory requirement for submission.

Once the CLPA, EWA and SAL have been returned and verified by the Authority, the supplier will be provided with access to the ESN Handheld Devices forum on the Bravo e-Sourcing Portal. See the following guidance with regard to accessing the Bravo system.

Bravo Registration: Registering for the Bravo system is only required once.

Economic operators will then be able to browse to the eSourcing portal and complete the following:

a) Click the -click here to register- link.

b) Accept the terms and conditions and click -continue-.

c) Enter your business and user details.

d) Note the username you use and click -save- when complete.

e) You will then receive an e-mail with your unique password.

Access to the ITT documentation:

a) Login to the eSourcing portal with your unique username and password.

b) Click on the -PQQs open to all suppliers- link.

c) Click on the relevant titled item.

d) Click the -express interest- button in the -actions- box on the left hand side of the page (this will move the ITT into the economic operators -my PQQ- box). This is a secure area for projects only.

e) The ITT documents will be provided in Bravo, which, as detailed above is only accessible if the CLPA, EWA and SAL have been completed, returned and verified.

f) Download the documents relating to the ITT to access.

Click on the bold and underlined filename. Select -save- and store on your PC.

Responding to the ITT:

a) Economic operators will then be able to use the messages functions to communicate with ESMCP and seek any clarifications that may be required.

b) Please note the deadline for completion of the tender, this is a precise time and the eSourcing portal will reject the economic operators submission if it is submitted after this time.

For further assistance contact the Bravo Solution helpdesk which is available Monday to Friday (0800 to 1800) GMT on:

a) email help@bravosolution.co.uk or

b) telephone +44 800 368 4850.

six.4) Procedures for review

six.4.1) Review body

Secretary of State for the Home Department

ESMCP Commercial Team (Handheld Project), Home Office, Clive House, 70 Petty France

London

SW1H 9EX

Email

ESMCPSupplier@homeoffice.gov.uk

Country

United Kingdom

Internet address

http://www.gov.uk/government/organisations/home-office