Section one: Contracting authority
one.1) Name and addresses
DIGITAL MOBILE SPECTRUM LIMITED
24/25 The Shard,32 London Bridge Street
LONDON
SE19SG
Country
United Kingdom
NUTS code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://srn.org.uk/procurement-portal-guidance
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://award.bravosolution.co.uk/srn/web/project/4b218a93-80ec-4446-aa19-08bc2c20f4ed/register
one.4) Type of the contracting authority
Other type
UK Institution
one.5) Main activity
Other activity
Telecommunications
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Managed Solution framework
two.1.2) Main CPV code
- 64200000 - Telecommunications services
two.1.3) Type of contract
Services
two.1.4) Short description
DMSL is managing a tender on behalf of the mobile network operators (EE, Telefonica, Three and Vodafone, collectively the "Contracting Organisations") to appoint suppliers who are able to provide a managed service to deliver mobile telecoms base station site services. Each of the Contracting Organisations will be a signatory to the Managed Solution framework.
Neither DMSL nor the Contracting Organisations are contracting authorities. This tender is being conducted voluntarily under the Public Contracts Regulations 2015 ("PCR") as call-offs awarded under the Managed Solution framework will be contracts subsidised by the Department for Culture, Media and Sport within the meaning of Regulation 13 of the PCR.
The Managed Solution framework may be used by each of the Contracting Organisations and each of their Build companies: Cornerstone Telecommunications Infrastructure Limited (CTIL) and Mobile Broadband Network Limited (MBNL) and any affiliates of the Contracting Organisations or their Build companies.
two.1.5) Estimated total value
Value excluding VAT: £230,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 44212200 - Towers, lattice masts, derricks and pylons
- 44212261 - Radio masts
- 45232340 - Mobile-telephone base-stations construction work
- 45312330 - Radio aerial installation work
- 50332000 - Telecommunications-infrastructure maintenance services
- 71250000 - Architectural, engineering and surveying services
- 71316000 - Telecommunication consultancy services
- 71410000 - Urban planning services
- 71510000 - Site-investigation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
DMSL is managing a tender on behalf of the mobile network operators (EE, Telefonica, Three and Vodafone, collectively the "Contracting Organisations") to appoint suppliers who are able to provide a managed service to deliver mobile telecoms base station site services along with the operation and maintenance of selected equipment. Each of the Contracting Organisations will be a signatory to the Managed Solution framework.
These sites are part of the Shared Rural Network (SRN) which consists of circa 300 new telecoms mast base station sites in rural and remote locations across the UK. The sites are planned to be delivered either through this Managed Solution framework or through a separate framework for acquisition, design and build services (the procurement for which is being run in parallel), or a combination of both frameworks.
These sites will enable the Contracting Organisations, as part of the SRN programme, to fulfil their Ofcom Spectrum licence obligations by giving greater mobile network coverage in the UK.
Under the Managed Solution framework, the Contracting Organisations intend to procure a number of services and activities that allow for provision of new telecommunications infrastructure that can provide mobile telephony services in remote and rural areas.
The scope of this requirement is a managed service that includes acquisition, design, build and operations and maintenance of the passive infrastructure in locations nominated by the Contracting Organisations. Supplier ownership of passive infrastructure, for example towers, compounds, fencing and power systems is included.
For clarity, supply of the radio access equipment and cabinets will be outside the scope of this procurement and will be supplied by or through the Contracting Organisations.
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: £230,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
65
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: Yes
Description of options
Option to extend the Managed Solution framework for 1 extra period of 24 months.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
In the case of framework agreements, provide justification for any duration exceeding 4 years:
A period longer than 48 months has been chosen for the Managed Solution framework to align to the coverage obligations set out in each Contracting Authority's Ofcom Spectrum licence.
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
Date
18 February 2022
Local time
12:00pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 February 2022
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Expressions of interest to participate in this procurement should be made online on the SRN Procurement Portal at https://award.bravosolution.co.uk/srn/web/project/4b218a93-80ec-4446-aa19-08bc2c20f4ed/register .
Instructions on how to register your interest on the SRN Procurement Portal can be found here https://srn.org.uk/procurement-portal-guidance . If you have any difficulties registering then please contact the Award support team on support@commercedecisions.com or 08456 52 02 52 (open Monday to Friday 10.00am - 4.00pm, excluding public and bank holidays.
NOTE that, if an applicant has registered earlier on the SRN Procurement Portal (as a result of the PINs in June and September 2021) for this procurement, it does not have to register again. If this is done there may be a delay in receiving access to the procurement documents.
Applicants will be required to agree to the Non-Disclosure Agreement and Conflict of Interest Declaration before being granted access to the procurement documents.
The procurement will be run as an Open procedure to select 8 suppliers for the Managed Solution framework.
All selection criteria will be stated in the procurement documents.
Variant bids will not be accepted.
Tenders will need to be open for acceptance for 12 months from time and date of submission.
DMSL considers that this Managed Solution framework may be suitable for economic operators that are small or medium enterprises. Any selection of suppliers will be based solely on the criteria set out for this Managed Solution framework.
The Contracting Organisations wish to award contracts to suppliers who will take sole responsibility for delivery of the services to be provided under this Managed Solution framework. For clarity, suppliers may use sub-contractors to deliver the services.
Parent company guarantees may be required at DMSL and the Contracting Organisations discretion. Further details will be provided in the procurement documents.
Neither DMSL nor the Contracting Organisations will accept multiple applications for this procurement from the same entity/economic operator.
The term of the Managed Solution framework is 65 months with an option to extend once for a further 24 months. A period longer than 48 months has been chosen for the framework to align to the coverage obligations set out in each Contracting Organisation's Ofcom Spectrum licence.
DMSL and the Contracting Organisations expressly reserve the right not to award any contract as a result of the procurement process commenced by publication of the Contract Notice.
In no circumstances will DMSL or the Contracting Organisations be liable for any costs, expenses, fees or charges (including third party costs) incurred by those expressing interest in and/or participating in dialogue and/or tendering for this opportunity.
No contract (whether implied or otherwise) for the framework or call-off contract for managed services shall exist between any applicant and the Contracting Organisations until such time as such Managed Solution framework or call off contract is executed with a supplier.
No minimum volume or purchase value is guaranteed for any supplier.
The volume of work awarded to suppliers will be limited to reduce the risk and ensure that resources are available to deliver.
DMSL and the Contracting Organisations reserve the right to make any changes to the procurement as it may require at any time with no liability on its part (including to change, suspend, stop or terminate the process and not award a contract and/or to reject any or all bids at any time).
six.4) Procedures for review
six.4.1) Review body
High Court of Justice for England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
DMSL will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Managed Solution framework is communicated to tenderers. Applicants who are unsuccessful shall be informed by DMSL as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful.