Tender

Provision of 5G Mobile Private Network and Related Advance Technology Services for Northern Ireland

  • Digital Catapult

F02: Contract notice

Notice identifier: 2022/S 000-021323

Procurement identifier (OCID): ocds-h6vhtk-0358af

Published 3 August 2022, 4:20pm



Section one: Contracting authority

one.1) Name and addresses

Digital Catapult

101 Euston Road

London

NW1 2RA

Email

hitesh.mistry@digicatapult.org.uk

Telephone

+44 2038823557

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

Internet address(es)

Main address

www.digicatapult.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA37289

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research and Innovation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of 5G Mobile Private Network and Related Advance Technology Services for Northern Ireland

Reference number

P2022-086

two.1.2) Main CPV code

  • 32400000 - Networks

two.1.3) Type of contract

Supplies

two.1.4) Short description

Part of Digital Catapult roles on this project is to deploy a 5G mobile private network and run a technology and innovation acceleration programme in Northern Ireland.

There are two sites in Northern Ireland which require the 5G private network.

Our aim is to deploy a 5G Mobile Private Network (5G MPN) and run a technology and innovation acceleration programme in Northern Ireland for the Smart Nano Manufacturing Corridor project. The 5G MPN and other services which are listed further in the technical requirement section.

two.1.5) Estimated total value

Value excluding VAT: £620,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32400000 - Networks

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
Main site or place of performance

Northern Ireland

two.2.4) Description of the procurement

Part of Digital Catapult roles on this project is to deploy a 5G mobile private network and run a technology and innovation acceleration programme in Northern Ireland.

There are two sites which require the 5G private network:

-a 5G Mobile Private Network (5G MPN) installation for the Smart Nano Manufacturing Corridor project at Seagate (SNMC) plant at ‘1 Disc Drive, Springtown Industrial Estate, Derry / Londonderry BT48 0LY’; and

-a second 5G site at the North West Regional College (NWRC) at ‘44 Springtown Rd, Londonderry BT48 0LY’, connected to the main site at Seagate.

Our aim is to deploy a 5G Mobile Private Network (5G MPN) and run a technology and innovation acceleration programme in Northern Ireland for the Smart Nano Manufacturing Corridor project. The 5G MPN and other services which are listed further in the technical requirement section.

For the purpose of this RFP please consider “5G MPN (Mobile Private Network)” is a collection of 5G Core (SA), 4G Core (supporting LTE-M and NB-IoT), 5G NG-RAN (gNB) & 4G RAN (eNB), suitable network infrastructure with appropriate, security and compute.

We are looking for a turnkey solution that includes features and functionalities, key advantages, and anticipated enhancements, such as eSIM, MEC etc., to this solution during the lifespan of this project.

To achieve this, we are looking for a solution provider, who shall procure, design and build indoor 5G and 4G MPN (Mobile Private Network) at two sites in Northern Ireland.

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: £620,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The is an opportunity to extend the contract further to the initial period on a "plus 1" basis (a further 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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

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

Date

16 September 2022

Local time

2:00pm

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

Tender must be valid until: 18 November 2022

four.2.7) Conditions for opening of tenders

Date

16 September 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders website at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=226624.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response

well in advance of the closing time to avoid any last minute problems.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227008.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:227008)

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

CEDR

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

In the first instance, all appeals should be promptly brought to the attention of Digital Catapult, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.