Tender

Comms on the move Electronic Steerable Antenna Test (CESAT) – Compact Antenna Test Range (CATR)

  • Satellite Applications Catapult

F02: Contract notice

Notice identifier: 2022/S 000-030886

Procurement identifier (OCID): ocds-h6vhtk-037670

Published 1 November 2022, 5:01pm



The closing date and time has been changed to:

13 January 2023, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Satellite Applications Catapult

Electron Building, Fermi Avenue, Harwell

Didcot

OX11 0QR

Email

procurement@sa.catapult.org.uk

Telephone

+44 1235567977

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://sa.catapult.org.uk/

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

Access to the procurement documents is restricted. Further information can be obtained at

http://mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://mytenders.co.uk

one.4) Type of the contracting authority

Other type

RTO

one.5) Main activity

Other activity

Space Sector


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Comms on the move Electronic Steerable Antenna Test (CESAT) – Compact Antenna Test Range (CATR)

Reference number

RFP-FY-23-20

two.1.2) Main CPV code

  • 32530000 - Satellite-related communications equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Catapult wishes to create a unique antenna test facility to undertake performance and verification tests on Satellite comms terminals on the move. The Catapult wishes to procure a Large Compact Antenna Test Range (CATR) to satisfy a baseline capability on a novel and unique undertaking to test and verify Comms on The Move (CotM) terminals that connect to Low Earth Orbit (LEO) satellite constellations.

For all information, please see supporting documents.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42992200 - Anechoic chamber
  • 32324310 - Satellite antennas

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Westcott

two.2.4) Description of the procurement

The CATR will form the basis and be used to support the test and performance measurements of satellite mobile phased-array antennas and terminals, in dynamic scenarios, where both the satellite and user are in motion and operating in the L S, C, X band Ku and Ka frequency bands (1 Ghz - 32 GHz). Required components are outlined in the supporting documentation.

The proposed system while is made up of a baseline CATR, the final system will make use of robotic arms to provide the movement of a novel phased array to replicate a LEO satellite in orbital motion, a fixed positioner that has capability to replicate movement relative to a vehicle, ship or aircraft. Where the device under test is being exercised in an emulated RF environment and the performance of such a DUT can be characterised. This will include thermal transitions to emulate the true operating environment the terminal would endure.

This procurement is for a new CATR only.

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

36

This contract is subject to renewal

Yes

Description of renewals

+1 +1 years

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

Stated in procurement documentation

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See procurement documentation


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: 2022/S 000-029217

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

Originally published as:

Date

1 December 2022

Local time

12:00pm

Changed to:

Date

13 January 2023

Local time

11:00am

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

6 December 2022

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: 13 March 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

See tender documentation on MyTenders

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=227837.

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:227837)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

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