Opportunity

Transmission Services Framework

  • DIGITAL MOBILE SPECTRUM LIMITED

F02: Contract notice

Notice reference: 2022/S 000-014916

Published 27 May 2022, 2:04pm



Section one: Contracting authority

one.1) Name and addresses

DIGITAL MOBILE SPECTRUM LIMITED

24/25 The Shard,32 London Bridge Street

LONDON

SE19SG

Email

procurement@dmsluk.com

Country

United Kingdom

NUTS code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

https://srn.org.uk

one.3) Communication

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

https://srn.org.uk/procurement-portal-guidance

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://award.bravosolution.co.uk/srn/web/project/b70527ea-94a0-4222-b341-b6ac749220b6/register

one.4) Type of the contracting authority

Other type

UK Institution

one.5) Main activity

Other activity

Telecommunications


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Transmission Services Framework

two.1.2) Main CPV code

  • 72318000 - Data transmission services

two.1.3) Type of contract

Services

two.1.4) Short description

DMSL is managing 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 transmission services for mobile telecoms base station sites. Each of the Contracting Organisations will be a signatory to the Transmission Services framework.

Neither DMSL nor the Contracting Organisations are contracting authorities. This tender is being conducted voluntarily under the Public Contracts Regulations 2015 ( "PCR") as call-offs awarded under the framework will be contracts subsidised by the Department for Digital, Culture, Media and Sport (DCMS) within the meaning of Regulation 13 of the PCR.

The purpose of this procurement is to find a supplier to deliver the provision of IPVPN services and any supporting infrastructure to new total not-spot (TNS) sites and or upgrades to existing MNO/3rd party sites to support the delivery of the Shared Rural Network TNS programme. The scope includes the project management, survey, upgrade, and installation of the new transmission infrastructure to facilitate the delivery of the IPVPN service.

The Transmission Services framework may be used by each of the Contracting Organisations and each of their Build companies: Cornerstone Telecommunications Infrastructure Limited (CTIL) and Mobile Broadband Network Limited (MBNL).

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31711422 - Microwave equipment
  • 32260000 - Data-transmission equipment
  • 32530000 - Satellite-related communications equipment
  • 32562300 - Optical-fibre cables for data transmission
  • 32581100 - Data-transmission cable

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

DMSL is managing a tender, on behalf of the Contracting Organisations, to appoint suppliers on a Transmission framework, to provide a transmission solution to SRN TNS sites.

The purpose of this procurement is to appoint a supplier who is able to deliver all of the transmission services and any supporting infrastructure to new total not-spot (TNS) sites and or upgrades to existing MNO/3rd party sites to support the delivery of the Shared Rural Network TNS programme. This is expected to be primarily a fibre led solution and by exception, at the Contracting Organisation's discretion, a hybrid fibre/microwave, or satellite as a last resort (low earth orbit satellite).

The TNS sites will be delivered either through an Acquisition, Design and Build (ADB) supplier or a managed solution (MS) supplier on behalf of the Contracting Organisation. Where no existing IPVPN interconnect exists with the Contracting Organisation, the supplier will be responsible for liaising with the Contracting Organisation for successful testing of the supplier solution on their test beds, building and providing interconnects with the Contracting Organisation's core network to deliver the IPVPN services required.

The Supplier will bear all costs (including internal resource, technical support and management costs) incurred by the Contracting Organisation to successfully test and implement the IPVPN managed services. Full details are in the procurement documentation.

It is expected that the supplier will provide any project management to carry out this role and liaise with other project participants in achieving a successful delivery of a transmission solution at each site location.

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: £50,000,000

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

Duration in months

60

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: Yes

Description of options

Option to extend the Transmission Services framework for 1 extra period of 24 months


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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

A period longer than 48 months has been chosen for the Transmission Services framework to align to the delivery obligations set out in each Contracting Organisation's Ofcom Spectrum licence.

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

1 July 2022

Local time

12:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 July 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Expressions of interest to participate in this procurement should be made online on the SRN Procurement Portal at https://award.bravosolution.co.uk/srn/web/project/b70527ea-94a0-4222-b341-b6ac749220b6/register

Instructions on how to register your interest on the SRN Procurement Portal can be found here https://srn.org.uk/procurement-portal-guidance . If you have any difficulties registering then please contact the Award support team on support@commercedecisions.com or 08456 52 02 52 (open Monday to Friday 10.00am - 4.00pm, excluding public and bank holidays).

NOTE that, if an applicant has previously registered on the SRN Procurement Portal for an earlier procurement, it will not have to register the company again on the Portal and should follow the guidance in the document mentioned in the previous paragraph in order to get access to this procurement.

Applicants will be required to agree to the Non-Disclosure Agreement and Conflict of Interest Declaration before being granted access to the procurement documents.

The procurement will be run as an Open procedure to select 1 supplier for a framework.

All selection criteria will be stated in the procurement documents.

Variant bids will not be accepted.

Tenders will need to be open for acceptance for 12 months from time of submission.

DMSL considers that this Transmission Services framework may be suitable for economic operators that are small or medium enterprises. Any selection of suppliers will be based solely on the criteria set out for this Transmission Services procurement.

The Contracting Organisations wish to award contracts to a supplier who will take sole responsibility for delivery of all services contracted for under this Transmission Services framework. For clarity, applicants may use sub-contractors to deliver the services.

Parent company guarantees may be required at DMSL and the Contracting Organisations' discretion. Further details will be provided in the procurement documents.

Neither DMSL nor the Contracting Organisations will accept multiple applications for this procurement from the same entity / economic operator.

The term of the Transmission Services framework is 60 months with an option to extend once for a further 24 months. A period longer than 48 months has been chosen for the framework to align to the delivery obligations set out in each Contracting Organisation's Spectrum licence.

DMSL and the Contracting Organisations expressly reserve the right not to award any contract as a result of the procurement process commenced by publication of the Contract Notice.

In no circumstances will DMSL or the Contracting Organisations be liable for any costs, expenses, fees or charges (including third party costs) incurred by those expressing interest in and/or participating in dialogue and/or tendering for this opportunity.

No contract (whether implied or otherwise) for the Transmission Services framework or call-off contract for Transmission services shall exist between any applicant and the Contracting Organisations until such time as such Transmission Services framework or call off is executed with a supplier.

No minimum volume or purchase value is guaranteed for the supplier.

DMSL and the Contracting Organisations reserve the right to make any changes to the procurement as they may require at any time with no liability on their part (including to change, suspend, stop or terminate the process and not award a contract and/or to reject any or all bids at any time).

six.4) Procedures for review

six.4.1) Review body

High Court of Justice for England and Wales

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

DMSL will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Transmission framework is communicated to tenderers. Applicants who are unsuccessful shall be informed by DMSL as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful.