Section one: Contracting authority
one.1) Name and addresses
Police Digital Service
20 Gresham Street,
LONDON
EC2V 7JE
Contact
Kenny Stewart
Telephone
+44 7971031811
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
08113293
Internet address(es)
Main address
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