Tender

Framework Agreement for the Provision of Spectrum Equipment, Ancillaries and Associated Services

  • OFCOM

F02: Contract notice

Notice identifier: 2024/S 000-038280

Procurement identifier (OCID): ocds-h6vhtk-047caf

Published 27 November 2024, 11:58am



Section one: Contracting authority

one.1) Name and addresses

OFCOM

Riverside House, 2a Southwark Bridge Road

London

SE1 9HA

Email

procurementnotice@ofcom.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.ofcom.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ofcom.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ofcom.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for the Provision of Spectrum Equipment, Ancillaries and Associated Services

two.1.2) Main CPV code

  • 38433300 - Spectrum analyser

two.1.3) Type of contract

Supplies

two.1.4) Short description

Ofcom is seeking to appoint suppliers to a framework agreement for the provision of spectrum equipment, ancillaries and associated services.

two.1.5) Estimated total value

Value excluding VAT: £3,750,000

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

Portable Network Analysers

Lot No

1

two.2.2) Additional CPV code(s)

  • 38433300 - Spectrum analyser

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

These can be battery operated and easily carried whilst in use. These devices are a vital part of the lab equipment, their primary function is to measure characteristics of antennas, RF components and cables. A network analyser creates a signal and characterises the devices that receive it, such as S-parameters, reflection coefficient, insertion, and return losses. These devices can either be a standalone Network Analyser or a spectrum analyser, that has a hardware addition that provide functionality as a Network Analyser (conforming to the requirements).

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: £2,666,000

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

Duration in months

48

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

Handheld Spectrum Analysers

Lot No

2

two.2.2) Additional CPV code(s)

  • 38433300 - Spectrum analyser

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Handheld Spectrum Analysers are used to analyse the frequency spectrum within a specific frequency range. Used primarily in the field for in the detection and characterisation of known signals. Secondary use is identification and characterisation of spurious or unexpected signals. Handheld devices are nominally in the range 3 kg to 5 Kg . Operating in a temperature -10 to +55°C (14 to 131°F).

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: £2,666,000

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

Duration in months

48

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

General Purpose Spectrum Analysers

Lot No

3

two.2.2) Additional CPV code(s)

  • 38433300 - Spectrum analyser

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

These Spectrum Analysers are constrained in their top frequencies, analysis bandwidths and noise floor, relative to the most capable Analysers. Although limited in functionality compared to the high specification analysers, they are light weight, and have smaller form factor, convenient for mobile labs and basic lab work. Our work with spectrum analysers falls very roughly into two categories. We have the mainly lab-based work which involves in-depth analysis and recording of many different types of signals, to establish good measurement techniques and results. The second is mainly mobile based, this involves drive testing, antenna characterisation in an open area test site, and monitoring of our own transmissions on and off site, whether that be simple CW or wider band 5G for example.

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: £2,666,000

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

Duration in months

48

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

High Specification Spectrum Analysers including RF-IQ Recording

Lot No

4

two.2.2) Additional CPV code(s)

  • 38433300 - Spectrum analyser

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

These Spectrum Analysers are top specification devices designed for the most demanding measurements. They are similar to the Benchtop analysers but will have: a wider frequency range 2Hz to >60GHz, lower phase noise, better sensitivity, faster scan rates and a wider internal analysis bandwidth up to >2GHz that allows for characterisation of the most complex radio systems. They are larger and heavier, designed to focus on top performance with high end processing power and associated cooling. They are less portable, and will use a lot of power during intensive measurements making them less suitable for field measurements.

These spectrum analysers must also have the ability to stream IQ data >1GHz to an associated, compatible recording device.

IQ Recording and playback systems allow the recording of raw IQ data streams at very high bandwidths, this enables the recording of complex signals, and the ability to playback in the lab. The playback maintains out of band emissions of the original signal and can be played back at any frequency. Some record and playback systems are dependent on additional hardware .i.e high specification spectrum analysers and vector signal generators.

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: £2,666,000

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

Duration in months

48

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

Broadcast Analysers and Receivers

Lot No

5

two.2.2) Additional CPV code(s)

  • 32310000 - Radio broadcast receivers
  • 38433300 - Spectrum analyser

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A. Mobile FM Radio Analyser

B. Mobile TV Analyser

C. Wideband Monitoring Receivers

D. Compact Monitoring Receivers

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,666,000

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

Duration in months

48

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

Small Form Factor Vector Signal Generators

Lot No

6

two.2.2) Additional CPV code(s)

  • 34999100 - Signal generators

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A Vector Signal Generator has the ability to be programmed to produce signals to a particular standard (i.e. 3GPP Release 15). Although limited in functionality they are a light weight (devices are nominally in the 5 kg to 15 Kg range), and have small form factor, practical for mobile labs, drone payload and basic lab work.

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: £2,666,000

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

Duration in months

48

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

Vector/Signal Generators

Lot No

7

two.2.2) Additional CPV code(s)

  • 34999100 - Signal generators

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

These are high performance signal vector generators, our test requirements are having to develop with or in advance of emerging technologies, requiring; wider bandwidths, higher frequencies and increased system complexity. Capable of high frequency and bandwidth specifications, and capable of producing highly complex waveforms, being able to generate complex wideband signals needed for multi carrier and carrier aggregation applications. They have a large form factor and are suitable only to be deployed in a lab environment. Capable of producing simulated waveforms enabling our devices or systems to be tested using realistic signals with the highest signal integrity.

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: £2,666,000

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

Duration in days

48

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

RF Measurements Ancillaries

Lot No

8

two.2.2) Additional CPV code(s)

  • 31214100 - Switches
  • 31224400 - Connection cables
  • 31711100 - Electronic components
  • 32324310 - Satellite antennas

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

RF Measurements Ancillaries covers a wide variety of small items required to interconnect and set up test and measurement systems, across a wide range of frequencies, building electronic/RF interface/power supply boxes and general laboratory tools and consumables.

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: £167,000

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

Duration in months

48

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

Repair and calibration services

Lot No

9

two.2.2) Additional CPV code(s)

  • 50433000 - Calibration services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Ofcom engineers work on a varied range of projects that require critical and accurate measurements. The equipment we use covers a wide range of frequencies and technologies. We use this high-tech equipment in many varied environments from sensitive, noise minimised screened rooms to mountain peaks during inclement weather conditions. Ofcom works across the whole of the UK including Northern Ireland.

To maintain the level of accuracy in our work, we make sure that our equipment is up-to-date with their calibration and repair. However, since we have a wide range of equipment, our frequency of calibration is not the same for all. Whilst many are calibrated regularly, we also have assets that are only calibrated on demand by projects.

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: £500,000

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

Duration in months

48

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


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: 39

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: 2024/S 000-021286

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

Date

15 January 2025

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Court of Appeal of England and Wales

London

Country

United Kingdom