Tender

The Supply of Acquisition, Design and Build Services for Telecoms Mast Base Station Sites for the Emergency Services Mobile Communications Programme (ESMCP) and Shared Rural Network (SRN)

  • Secretary of State for the Home Department

F02: Contract notice

Notice identifier: 2021/S 000-001412

Procurement identifier (OCID): ocds-h6vhtk-028cda

Published 22 January 2021, 11:08pm



Section one: Contracting authority

one.1) Name and addresses

Secretary of State for the Home Department

Clive House, 70 Petty France

London

SW1H 9EX

Contact

Martin Diggines

Email

esmcpsupplier@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

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

Buyer's address

http://www.esn.bravosolution.co.uk/

one.3) Communication

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

http://www.esn.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.esn.bravosolution.co.uk/

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

Policing, Health and Fire and Rescue Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Supply of Acquisition, Design and Build Services for Telecoms Mast Base Station Sites for the Emergency Services Mobile Communications Programme (ESMCP) and Shared Rural Network (SRN)

two.1.2) Main CPV code

  • 50332000 - Telecommunications-infrastructure maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is undertaking a tender to appoint suitably capable and experienced providers of Acquisition, Design and Build services for telecoms mast base station sites (including new build, upgrades, NTQ management or decommissioning thereof).

The Framework Agreement(s) will comprise of up to two (2) Suppliers that will provide the ADB Services to the Authority under the terms of the Framework Agreement(s). The Framework Agreement(s) will have a term of four (4) years. Further information on the conditions and procurement process are detailed within the ITT documents.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32344240 - Radio tower
  • 44212200 - Towers, lattice masts, derricks and pylons
  • 44212261 - Radio masts
  • 45216100 - Construction work for buildings relating to law and order or emergency services
  • 45216120 - Construction work for buildings relating to emergency services
  • 45232340 - Mobile-telephone base-stations construction work
  • 45312330 - Radio aerial installation work
  • 50332000 - Telecommunications-infrastructure maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Authority is undertaking a tender to appoint suitably capable and experienced providers of Acquisition, Design and Build (ADB) services for telecoms mast base station sites (including new build, upgrades, Notice To Quit management or decommissioning thereof). These sites are part of the Emergency Services Mobile Communications Programme (ESMCP) Extended Area Services (EAS) which consists of 292 telecoms mast sites in rural and remote locations across England, Wales and Scotland including the Highlands and Islands.

The upgrade work will enable these sites to be used by other Mobile Network Operators (MNOs) as part of the Shared Rural Network (SRN) programme for their normal commercial use, giving greater industry network coverage in the UK, by utilising sites that were previously economically unviable.

The Framework Agreement(s) will comprise of up to two (2) Suppliers that will provide the ADB Services to the Authority under the terms of the Framework Agreement(s). The Framework Agreement(s) will have a term of four (4) years.

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: £20,000,000

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

Duration in months

48

This contract is subject to renewal

No

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: 2

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 150-369099

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

Date

5 March 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

5 March 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 ADB Services ITT 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 (ADB 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