Opportunity

5G and Interconnectivity Equipment and Virtual Production Services for StudiosUK Facilities

  • Digital Catapult

F02: Contract notice

Notice reference: 2021/S 000-031834

Published 20 December 2021, 5:24pm



Section one: Contracting authority

one.1) Name and addresses

Digital Catapult

101 Euston Road

London

NW1 2RA

Contact

Procurement Department

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

5G and Interconnectivity Equipment and Virtual Production Services for StudiosUK Facilities

Reference number

P2021-067

two.1.2) Main CPV code

  • 32400000 - Networks

two.1.3) Type of contract

Supplies

two.1.4) Short description

Digital Catapult is looking to establish StudiosUK, a cluster of interconnected research facilities leveraging 5G and future networks capability to enable the exploration of convergent visual content production technologies - such as the use of high-density LED walls, motion-capture, real-time rendering engines and new forms of real-world capture.

Studios UK will be a cluster of interconnected facilities that leverage private 5G standalone (5G-SA) networks with multi-access edge compute (MEC) infrastructure hosting machine learning algorithms to enable real-time animation, wireless data transfer, volumetric capture, motion capture and AR broadcast; thus, enabling co-creation, remotely testing applications and experiences for Film and TV productions.

These studios will be utilised for collaborative research and development projects, skills training initiatives and commercial productions within the creative and manufacturing sectors. Examples of projects could include productions utilising in-camera VFX and Virtual Production, 5G enabled device testing, digital twin testbeds, real-time multi-site collaboration and tools and workflow development.

There are two sites, the first is within the M25, to be confirmed, the second is at PROTO, Abbott's Hill, Baltic Business Quarter, Gateshead NE8 3DF and both must be of specification to integrate with existing equipment. This procurement is for PROTO only, a procurement for the requirements of the site within the M25 will be subject to a separate procurement.

two.1.5) Estimated total value

Value excluding VAT: £2,120,000

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

Virtual Production Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 48522000 - Virtual keyboard software package
  • 72212522 - Virtual keyboard software development services

two.2.3) Place of performance

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

Gateshead

two.2.4) Description of the procurement

The Catapult wishes to procure equipment and services in order to upgrade and integrate Virtual Production Services at the PROTO site from a suitably capable and experienced Supplier.

The Catapult in collaboration with partners currently operates the BlackBox motion capture studio housed within PROTO, a site managed by Sunderland Software City & Gateshead City Council. The BlackBox currently houses an Optitrack motion capture solution as well as the compute, cabling and physical infrastructure. This procurement looks to augment this with an LED screen, a camera solution, increase the fidelity of the motion capture solution and provide new compute and infrastructure to support this.

The equipment to be procured as a result of this procurement will need to be integrated with the existing systems, as these existing systems cannot be altered. It is an important consideration of this procurement that the equipment proposed as part of the Supplier’s solution integrates and reuses the existing technology. Existing equipment is specified in Annex K to provide Bidders with information to enable consideration to be given to the quality of service and interoperability to be maintained.

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: £960,000

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

With the exception of the duration of the warranties that apply to the equipment and services supplied, the Agreement(s) will be for a period of 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

two.2) Description

two.2.1) Title

5G and Interconnectivity Equipment

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
  • 64221000 - Interconnection services

two.2.3) Place of performance

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

Gateshead

two.2.4) Description of the procurement

Each facility will host a private 5G Standalone (5G-SA) network that provides high bandwidth, low latency, synchronization and edge computing to support enhanced visual content production workflows and flexible wireless deployments. Security over public and non-public networks is a key consideration for media production applications. The Catapult is to leverage the development of non-public networks to integrate wireless production equipment into each studio and network slicing to differentiate and isolate the data flows.

High capacity (+10Gbps) dedicated secure inter-connections will enable the distribution of network services and workloads across the facilities. The network infrastructure will be flexible and scalable enough to meet the requirements for visual content production scenarios, such as those defined in 3GPP Rel. 16/17 to support ultra-reliable and low latency communications (URLLC) and Video, Imaging and Audio for Professional Applications (VIAPA). Specifically, for the MEC infrastructure, it will connect all the production technology – camera, dolly and crane, audio-multitrack recorder, wireless microphone, tracking sensors, lighting – in a low latency and high-bandwidth network that will enhance the overall workflow.

The Catapult is to contract with an experienced and capable Supplier as a result of this procurement for the supply of 5G and interconnectivity equipment that will be used to upgrade the PROTO site and to connect the aforementioned two studios in the UK in accordance with the scope stated in this ITT.

There are four sub-lots for the equipment to be procured:

Lot 1a: Generic IT/Networking kit;

Lot 1b: 5G Radio and 5G ORAN Solution system;

Lot 1c: 5G Core system; and

Lot 1d: Point-to-point Interconnectivity between PROTO and LONDON

The estimated contract value of the Contracts to be awarded are detailed below:

Lot 1a: Generic IT/Networking kit – estimated value of this Lot is 790,000.00 GBP ex VAT;

Lot 1b: 5G Radio and 5G ORAN Solution system – estimated value of this Lot is 190,000.00 GBP ex VAT;

Lot 1c: 5G Core system – estimated value of this Lot is 60,000.00 GBP ex VAT;

Lot 1d: Point-to-point interconnection between PROTO and LONDON; 120,000.00 GBP ex VAT;

Bidders are permitted to submit tenders for one or more sub-lots at their discretion.

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: £1,160,000

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

With the exception of the duration of the warranties that apply to the equipment and services supplied, the Agreement(s) will be for a period of 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.1.2) 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

14 February 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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 February 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 Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=224853.

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:224853)

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom

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

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.