Tender

Spectrum Management Centre Monitoring Solution

  • OFCOM

F02: Contract notice

Notice identifier: 2024/S 000-021053

Procurement identifier (OCID): ocds-h6vhtk-041e20

Published 10 July 2024, 12:41pm



Section one: Contracting authority

one.1) Name and addresses

OFCOM

Riverside House, 2a Southwark Bridge Road

London

SE1 9HA

Email

procurementnotice@ofcom.org.uk

Telephone

+44 2079813000

Country

United Kingdom

Region code

UKG1 - Herefordshire, Worcestershire and Warwickshire

Internet address(es)

Main address

www.ofcom.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ofcom.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ofcom.bravosolution.co.uk

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

one.4) Type of the contracting authority

Other type

UK Communications Regulator

one.5) Main activity

Other activity

UK Communications Regulator


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Spectrum Management Centre Monitoring Solution

Reference number

C20241979

two.1.2) Main CPV code

  • 71700000 - Monitoring and control services

two.1.3) Type of contract

Services

two.1.4) Short description

Ofcom is running a procurement process under the Open procedure to identify a suitably qualified supplier for the provision of Spectrum Management Centre monitoring Solution.

The contract is expected to commence on October 2024. The duration of the Contract is three (3) years, subject to the right of Ofcom (at its sole discretion) to exercise its right to extend the Contract by up to two periods of up to 12 months. The maximum length of the Contract is therefore five (5) years. The value of the contract is estimated to be between £400,00 - £800,000 over the life of the contract.

Interested suppliers are invited to respond to Ofcom’s ITT in accordance with the rules set out in the procurement documents.

For further details about Ofcom’s requirements, please see the procurement documents made available via https://ofcom.bravosolution.co.uk/web/login.shtml

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38433300 - Spectrum analyser
  • 48517000 - IT software package

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

For further detail on the contract make up – please see additional information in this notice.

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: £800,000

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: 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.1.8) 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 000-035405

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

Date

14 August 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

14 August 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This tendering exercise is being undertaken using BravoSolutions electronic tendering system at https://ofcom.bravosolution.co.uk/web/login.shtml

Suppliers will need to register an interest on the system to participate and registration is free.

The estimated value given at II.2.6) is for the full duration of the contract including maximum possible extensions.

Ofcom are looking to procure a Spectrum Management Centre (SMC) Monitoring Solution. The SMC has a requirement for upgrading their High Frequency Spectrum Monitoring Solution (hereafter referred to as the solution). This solution will provide the capacity to monitor either in person or remotely real time radio spectrum activity, rollback historic spectrum events for up to 96 hours with a high level of resolution, audio quality and direction-finding information displayed on a Graphical Information System (GIS).

The solution will include:

• The new receiver(s)/software (excluding receiver and buffer/storage facilities) will be expected to encompass legacy antennas and fixed infrastructure already in service, current equipment configuration, mapping and measurements.

The contract will be put in place for an initial term of 36 month with the option to extend twice for a further 12 months giving a maximum term of 60 months

six.4) Procedures for review

six.4.1) Review body

The High Court, The Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Ofcom will incorporate a standstill period of 10 calendar days at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. Further information is set out in the Public Contracts Regulations 2015.