Opportunity

TETRA Airwave Terminal Products and Services (TETRA 2022)

  • Police Digital Service

F02: Contract notice

Notice reference: 2022/S 000-015469

Published 6 June 2022, 10:41am



Section one: Contracting authority

one.1) Name and addresses

Police Digital Service

20 Gresham Street,

LONDON

EC2V 7JE

Contact

Kenny Stewart

Email

kenny.stewart@pds.police.uk

Telephone

+44 7971031811

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

08113293

Internet address(es)

Main address

https://pds.police.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47834&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47834&B=BLUELIGHT

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TETRA Airwave Terminal Products and Services (TETRA 2022)

Reference number

PDSCN-148-2021

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 Police Digital Service (PDS) on behalf of UK Airwave users is undertaking a tender exercise to appoint suitably capable and experienced providers (with up to 3 suppliers) of Terrestrial Trunked Radio (TETRA) Encryption Algorithm 2 (TEA2) compatible radio devices (handheld, desktop & mobile terminals), software, accessories, services and maintenance for use on the UK Airwave system. Due to the need for TETRA devices to operate on Airwave infrastructure, this opportunity is restricted to those suppliers who hold (or can commit to obtain within 12 months from the Framework commencement) NCSC/ Airwave Lead Assurer certification to supply devices of the type. This will be for a period of 4 years, aiming to commence mid Sept 2022.

Full details of the PDS requirements are detailed in the ITT and associated documents. Access to these documents is restricted. No bidder will be granted access to these documents without first entering into the PDS Non - Disclosure Agreement.

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)

  • 32236000 - Radio telephones
  • 32260000 - Data-transmission equipment
  • 32344210 - Radio equipment
  • 32412000 - Communications network
  • 32418000 - Radio network
  • 32500000 - Telecommunications equipment and supplies
  • 35100000 - Emergency and security equipment
  • 50000000 - Repair and maintenance services
  • 50333000 - Maintenance services of radio-communications equipment
  • 50334400 - Communications system maintenance services
  • 51300000 - Installation services of communications equipment
  • 51311000 - Installation services of radio equipment
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Police Digital Service (PDS), on behalf of UK Airwave user organisations, is undertaking a tender exercise to appoint suitably capable and experienced providers of Terrestrial Trunked Radio (TETRA) Encryption Algorithm 2 (TEA2) compatible radio devices (handheld, desktop and mobile terminals), software, accessories, services and maintenance for use on the UK Airwave system. Due to the need for TETRA devices to operate on Airwave infrastructure, this opportunity is restricted to those suppliers who are able to demonstrate (or can commit to obtain within 12 months from the Framework commencement) capability and experience to provide devices of the type. Devices that will be supplied resulting from this procurement will need to have achieved relevant NCSC and Home Office Airwave Lead accreditation as part of the requirements to supply TETRA devices and equipment on the UK Airwave system.

The awarded contract(s) will be for a duration of 48 months, aligned to Airwave Shutdown (ASD) currently scheduled for 2026, plus the option for PDS to extend for a period up to a maximum of 12 months and will supply:

- TETRA Airwave TEA2 terminals (handheld, desktop and mobile), accessories and peripheral equipment, systems and services (including Key Management Facility (KMF) crypto systems to programme keys on the Airwave network) for use exclusively on the UK Airwave system.

- TETRA Airwave TEA2 product and or service add-ons such as feature enablement, radio configuration, extended warranty, device as a service, field services, life cycle management and managed disposal services, etc.) for use on the UK Airwave system.

- Permitted scope also includes the supply and support of TETRA based certified device-to-device remote speaker microphone (D2D/ RSM) units and accessories to operate on LTE handheld mobile devices on the Emergency Service Network (ESN) and certified hybrid (dual mode) TETRA devices and accessories when purchased for primary use on the UK Airwave system.

Anticipated spend under the Framework Agreement is not expected to exceed GBP 50 million. This is an estimate only, This figure has been calculated on the assumption that the Framework Agreement runs for its maximum possible term, that a number of Call Off Contracts are awarded by Contracting Bodies and the ESN programme meets its published Airwave Shutdown Date (currently 2026). For the avoidance of doubt, PDS gives no warranty or representation as to the value of any Call Off Contract, or the number of Call Off Contracts, if any, which may be awarded.

PDS intends to award the Framework Agreement based on the most economically advantageous tender (MEAT). PDS will not be bound to accept the lowest price or any Tender submitted, but will be evaluating Tenders on the quality and price criteria set forth in the ITT.

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

48

This contract is subject to renewal

Yes

Description of renewals

The initial term of the awarded framework agreement shall be 4 years (48 months), with the possibility of a further renewal period of 1 year (12 months).

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

two.2.14) Additional information

The framework is open to a wide range of policing bodies, law enforcement agencies, other Bluelight Services and Airwave User Organisations. Please refer to the ITT and Appendix 3 (Contracting Authorities) for more information.


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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 2022/S 000-001172

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

Date

15 July 2022

Local time

10:00am

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

four.2.7) Conditions for opening of tenders

Date

15 July 2022

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Full details of the Contracting Authority's requirements are detailed in the ITT and associated documents. Access to these documents is restricted. No bidder will be granted access to these documents without first entering into the Contracting Authority's Non-Disclosure Agreement.

six.4) Procedures for review

six.4.1) Review body

High Court

7 Rolls Building

London

EC4A 1NL

Country

United Kingdom