Section one: Contracting authority
one.1) Name and addresses
Secretary of State for the Home Department
Emergency Services Mobile Communications Programme (ESMCP) Clive House, 70 Petty France
London
SW1H 9EX
Contact
ESMCP Commercial
esmcpsupplier@homeoffice.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/home-office
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://homeoffice.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://homeoffice.app.jaggaer.com/
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
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of a TETRA/ MCX Interworking Gateway Solution for the Emergency Services Network (ESN)
Reference number
C24990
two.1.2) Main CPV code
- 72212211 - Platform interconnectivity software development services
two.1.3) Type of contract
Services
two.1.4) Short description
Further to a Prior Information Notice (PIN) ref: 2023/S 000-027709 issued on 20 September 2023, the Secretary of State for the Home Department (the Authority) is undertaking this procurement to appoint a suitably capable and experienced provider of a TETRA/ MCX Interworking Gateway Solution for the Emergency Services Network (ESN).
The information previously shared as part of the market engagement activity has now been superseded by the procurement and contract documentation issued in connection with this contract notice. Only the information shared pursuant to this contract notice should be relied upon by suppliers deciding whether to request to participate in this procurement.
The ESN will replace Airwave in the future as the main critical communications system for first responders (Police, Fire and Rescue and Ambulance services) across Great Britain. During transition to ESN, communications between Emergency Service users must be maintained between the existing and future services through a key transitional technical solution described as ”Interworking”. This will allow members of a talk group on the legacy TETRA system to communicate with members of a corresponding communications group on ESN, and vice versa.
This opportunity is to establish a contract for provision of a TETRA/ MCX Interworking Gateway solution for the ESN and will be operated in line with the Competitive Procedure with Negotiation under the Public Contracts Regulations 2015 (Regulations).
two.1.5) Estimated total value
Value excluding VAT: £17,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72211000 - Programming services of systems and user software
- 72212100 - Industry specific software development services
- 72212200 - Networking, Internet and intranet software development services
- 72212210 - Networking software development services
- 72212215 - Networking developers software development services
- 72212500 - Communication and multimedia software development services
- 72212510 - Communication software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Further to a Prior Information Notice (PIN) ref: 2023/S 000-027709 issued on 20 September 2023, the Secretary of State for the Home Department (the Authority) is undertaking this procurement to appoint a suitably capable and experienced provider of a TETRA/ MCX Interworking Gateway Solution for the Emergency Services Network (ESN).
The information previously shared as part of the market engagement activity has now been superseded by the procurement and contract documentation issued in connection with this contract notice. Only the information shared pursuant to this contract notice should be relied upon by suppliers deciding whether to request to participate in this procurement.
This opportunity will be operated in line with the Competitive Procedure with Negotiation under the Public Contracts Regulations 2015 (Regulations). The Authority is seeking to appoint a supplier to deliver the Services. The successful supplier needs to be able to meet the Authority's requirements (further detailed in the procurement documentation) and must be capable of delivering the services for an initial contract term of five years from Contract Award.
Following publication of the Contract Notice, the procurement will be structured in the following
successive stages:
The Selection Stage comprising:
. Completion of NDA/EWA documents by Candidates, which allows:
. Access to Selection Questionnaire (SQ) and supporting documentation
. SQ responses submitted by Candidates
. Evaluation and Moderation of SQ responses
. Down-selection of top three compliant responses to Award Stage
. Notification to successful and unsuccessful Candidates.
and
The Award Stage, which comprises the following:
. Invitation to Negotiate (“ITN”) published to Qualified Bidders
. Initial Tender submitted by Bidders
. Evaluation and Moderation of Initial Tenders
. Negotiation meetings
. Invitation to Submit Final Tenders (“ITSFT”) published
. ITSFT Tender submitted by Bidders
. Evaluation and Moderation of ITSFT
. Contract Award
Please note, stages shown are indicative and for further details suppliers should access the procurement
documentation available via the Authority’s e-sourcing portal that provide more information on the
procurement process.
The SQ document is provided on the Authority's e-sourcing portal and will be available to suppliers who sign the Non-Disclosure Agreement (NDA) and Ethical Walls Agreement (please see Section VI.3 below for detail on how to access this). Note the date & time in IV2.2/ IV2.3 relates to SQ closing.
The evaluation panel shall evaluate the SQ responses using selection criteria detailed in the SQ document.
In addition to the Selection Questionnaire, the eSourcing Portal will provide folders containing
(i) the Draft Contract and Schedules (based on the Model Services Contract v2.1)
(ii) a Data Room folder containing relevant background documents and
(iii) the draft Invitation to Negotiate documentation.
This information is provided for information only at the Selection Questionnaire stage.
The Authority reserves the right to change the ITN documentation and that an updated version will go out at the ITN stage for the down-selected Bidders to complete.
To register interest, please e-mail ESMCPSupplier@homeoffice.gov.uk providing the relevant contact details in your organisation and requesting a copy of the NDA/EWA documentation.
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: £17,100,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Following evaluation of SQ responses, a maximum of up to 3 qualified bidders will be shortlisted and invited to proceed to the next stage of the procurement. This will based on the top 3 highest scoring bidders who have submitted a compliant SQ response, provided that the specified number of qualified bidders is available.
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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2023/S 000-027709
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 July 2024
Local time
3:00pm
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)
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
If you are interested in this opportunity you must register for the Home Office e-tendering portal Home Office eSourcing Portal (https://homeoffice.app.jaggaer.com) AND register interest by email via ESMCPSupplier@homeoffice.gov.uk to gain access to a Non-Disclosure and Ethical Walls Agreement which the Authority is utilising pursuant to Regulation 21(3) of the Regulations.
You must complete the NDA & EWA as soon as possible in order to access the eSourcing portal where the Selection Questionnaire and the supporting documents will be available. Note the date & time in IV2.2/ IV2.3 relates to SQ closing.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom