Section one: Contracting authority
one.1) Name and addresses
ESMCP Commercial Team (Handheld Project)
2 Marsham Street
London
SW1P 4DF
Contact
John Weston
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
ESMCPSupplier@homeoffice.gov.uk
Country
United Kingdom