Section one: Contracting authority
one.1) Name and addresses
Satellite Applications Catapult
Electron Building, Fermi Avenue, Harwell
Didcot
OX11 0QR
james.morrison@sa.catapult.org.uk
Telephone
+44 1235567977
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42845
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
RDO
one.5) Main activity
Other activity
Space Technology
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Popup / Cell-on Wheels (CoW) or 5G equipment
Reference number
RFP-FY-23-14
two.1.2) Main CPV code
- 32500000 - Telecommunications equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Satellite Applications Catapult (the Catapult) is inviting you (the bidder) to issue a proposal for 3 (three) Popup/Cell-on Wheels (CoW) or 3 (three) sets of 5G equipment.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
3 x Popup/Cell-on Wheels (CoW)
Lot No
1
two.2.2) Additional CPV code(s)
- 34223300 - Trailers
- 32500000 - Telecommunications equipment and supplies
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Electron Building, Fermi Avenue,
Harwell Oxford, Didcot, Oxfordshire, OX11 0QR, UK
two.2.4) Description of the procurement
Lot 1 – 3 x Popup/Cell-on Wheels (CoW) comprising of at least:
1.1 Cellular trailer with commercial tow hitch by standard vehicle (3.5T tow)
1.2 Telescopic/retractable mast (up to 15m)
1.3 Antenna head frame, Support for up to 3 x Directional cellular antenna and 1 x Omni Antenna - mounting support
1.4. Support for up to 4x RRH mounted on trailer - mounting support
1.5 Support for GPS antennas
1.6 Support for up to 2 x Satellite dishes (either use of adjustable or auto-pointing antenna)
1.7 Equipment refrigerated Cabinet with sufficient space to be able to add additional equipment in future
1.8 A/C Power interface for on-board power generator or an external landlord Power
1.9 Security cage on the trailer
1.10 Elevated working platform with integrated ladder access
1.11 Electrical connections and cabling plus RF/ethernet/fibre
1.12 Extendable architecture of the setup to allow for different hardware to be added as needed
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
8
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
3 x sets of 5G equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 32324310 - Satellite antennas
- 32531000 - Satellite communications equipment
- 32532000 - Satellite dishes
- 30237280 - Power supply accessories
- 32500000 - Telecommunications equipment and supplies
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Electron Building, Fermi Avenue,
Harwell Oxford, Didcot, Oxfordshire, OX11 0QR, UK
two.2.4) Description of the procurement
Lot 2 – 3 x sets of 5G equipment with each set comprising of at least:
2.1 1 x directional antenna and 1 x omni directional for the shared spectrum range of 3.8 to 4.2 GHz – with ability to selectively turn on/off different antenna
2.2 Suitable RRUs (subject to 1.) to drive the antenna – delivering a strong signal within a 1 Km radius range
2.3 PSU (power supply units) for above equipment where applicable
2.4 Suitable BBUs with installed gNB software for interface with the RRUs in 2.2
2.5 5G Core Network hosted on suitable COTS HW (HP/Dell) (to fit in a trailer cabinet)
2.6 Up to 50 SIM cards provisioned in the Core Network
2.7 Compute capability for MEC/UPF on separate hardware platform (HP/Dell) (to fit in a trailer cabinet)
2.8 All associated cabling (coaxial, fibre, network, etc) and GNSS receivers
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
8
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 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
11 November 2022
Local time
5:00pm
Changed to:
Date
16 November 2022
Local time
12:00pm
See the change notice.
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 November 2022
Local time
9:00am
Place
Information about authorised persons and opening procedure
James Morrison
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=227626.
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:227626)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit