Opportunity

Equipment, software and related services to upgrade the Research and Innovation Testbed in Brighton (Brighton 5G Testbed)

  • Digital Catapult

F02: Contract notice

Notice reference: 2021/S 000-027230

Published 29 October 2021, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

Digital Catapult

101 Euston Road

London

NW1 2RA

Email

procurement@digicatapult.org.uk

Telephone

+44 3001233101

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.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

Equipment, software and related services to upgrade the Research and Innovation Testbed in Brighton (Brighton 5G Testbed)

Reference number

P2021-061

two.1.2) Main CPV code

  • 32400000 - Networks

two.1.3) Type of contract

Supplies

two.1.4) Short description

Digital Catapult is the UK authority on advanced digital technology. Through collaboration and innovation, the Catapult aims to accelerate industry adoption to drive growth and opportunity across the economy.

Bringing together an expert and enterprising community of researchers, startups, scaleups and industry leaders to discover new ways to solve the big challenges limiting the UK’s future potential. Through specialist programmes and experimental facilities, the Catapult aims to make sure that innovation thrives and the right solutions make it to the real world.

The goal is to accelerate new digital opportunities not only across the Catapult’s activities but also for every business we partner with, breaking down barriers, de-risking innovation, opening up markets and responsibly shaping the products, services and experiences of the future

Additional information on the Digital Catapult can be found at https://www.digicatapult.org.uk.

The aim of this procurement is to upgrade the 5G Brighton Testbed, established by Digital Catapult and distributed across two locations in Brighton.

Digital Catapult is looking to procure all the equipment hardware, related software and services to upgrade the existing Testbed, see Section 5 of this ITT, noting that equipment meeting the Catapult requirements will also be required to integrate into the existing 5G Brighton Testbed solution as an expansion of capability.

two.1.5) Estimated total value

Value excluding VAT: £350,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

Generic IT/Networking kit

Lot No

1

two.2.2) Additional CPV code(s)

  • 32412000 - Communications network
  • 32420000 - Network equipment
  • 32412110 - Internet network
  • 32418000 - Radio network
  • 32422000 - Network components
  • 32424000 - Network infrastructure
  • 48821000 - Network servers

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Digital Catapult is procuring all the equipment hardware, related software and services as part of an upgrade to the existing Testbed., The equipment is to meet the Catapult’s requirements to integrate into the existing 5G Brighton Testbed solution as an expansion of capability. The Invitation to Tender (ITT) contains all details of these requirements and the process by which this procurement is to be conducted.

The procurement is broken into 3 distinct Lots.

Lot 1 is Generic IT/Networking kit.

Bidders can respond to individual Lots for the provision of all the Project equipment hardware, software and services. It is important to note that the Catapult’s requirements is not for a system integrator nor a turnkey solution. The equipment will be specifically integrated with an existing system which cannot be altered.

To register your interest, and obtain full information and documents, please visit the myTenders by following www.mytenders.co.uk

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

12

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

two.2) Description

two.2.1) Title

5G Radio and 5G ORAN Solution system

Lot No

2

two.2.2) Additional CPV code(s)

  • 32400000 - Networks
  • 32412000 - Communications network
  • 32412110 - Internet network
  • 32418000 - Radio network
  • 32420000 - Network equipment
  • 32422000 - Network components
  • 32424000 - Network infrastructure
  • 48821000 - Network servers

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Digital Catapult is procuring all the equipment hardware, related software and services as part of an upgrade to the existing Testbed., The equipment is to meet the Catapult’s requirements to integrate into the existing 5G Brighton Testbed solution as an expansion of capability. The Invitation to Tender (ITT) contains all details of these requirements and the process by which this procurement is to be conducted.

The procurement is broken into 3 distinct Lots.

Lot 2 is 5G Radio and 5G ORAN Solution system.

Bidders can respond to individual Lots for the provision of all the Project equipment hardware, software and services. It is important to note that the Catapult’s requirements is not for a system integrator nor a turnkey solution. The equipment will be specifically integrated with an existing system which cannot be altered.

To register your interest, and obtain full information and documents, please visit the myTenders by following www.mytenders.co.uk

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

12

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

two.2) Description

two.2.1) Title

5G Core system

Lot No

3

two.2.2) Additional CPV code(s)

  • 32400000 - Networks
  • 32412000 - Communications network
  • 32412110 - Internet network
  • 32420000 - Network equipment
  • 32422000 - Network components
  • 32424000 - Network infrastructure
  • 48821000 - Network servers

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Digital Catapult is procuring all the equipment hardware, related software and services as part of an upgrade to the existing Testbed., The equipment is to meet the Catapult’s requirements to integrate into the existing 5G Brighton Testbed solution as an expansion of capability. The Invitation to Tender (ITT) contains all details of these requirements and the process by which this procurement is to be conducted.

The procurement is broken into 3 distinct Lots.

Lot 3 is 5G Core system.

Bidders can respond to individual Lots for the provision of all the Project equipment hardware, software and services. It is important to note that the Catapult’s requirements is not for a system integrator nor a turnkey solution. The equipment will be specifically integrated with an existing system which cannot be altered.

To register your interest, and obtain full information and documents, please visit the myTenders by following www.mytenders.co.uk

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

12

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

Accelerated procedure

Justification:

A shorter timescale is being utilised on this occasion as a longer timeframe for responses is not practical due to the time criticality of the upgrade. The procurement documents have been prepared with a shorter response time in mind

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: 2021/S 000-017214

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

Date

19 November 2021

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

19 November 2021

Local time

2:30pm


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 Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=224326.

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:224326)

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

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.