Supply of Radio Communications System
For the British Army in Belize. The primary role of the BATSUB training area radio communication system is to enable Command, Control and Communication for multiple users on a number of nets within the geographical coverage of the BATSUB operation.
United Kingdom-Corsham: Radio network
2016/S 127-229013
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Information Systems and Services, Networks Team
Spur B2, Building 405, MoD Corsham, Westwells Road
Contact point(s): Networks Commercial D-01
SN13 9NR Corsham
United Kingdom
Telephone: +44 3067700907
E-mail: ISSComrcl-Networks-D-01@mod.uk
Internet address(es):
General address of the contracting authority/entity: www.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities/entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 3: Defence services, military defence services and civil defence services
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
32418000
II.1.7)Information about subcontracting
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
2. The solution shall incorporate, but not limited to, the following:
a.A digitised system with all associated software and hardware.
b.Allocation, management and control of frequencies is managed by Public Utilities Company (PUC) and BATSUB shall have dedicated and sole use of any frequencies used by the solution. This will require policing and strict control by the supplier to prevent other users, agencies from using assigned frequencies and any frequency cross contamination.
c.The proposal shall identify and use a varied mix of hand held, vehicle mounted and permanent base stations. All vehicle borne and hand held units should be programmable and capable of integrating GPS services.
d.Coverage of 95 % or greater shall be provided between training areas and along Main Supply Routes. Areas covered are; the Main Supply Route (MSR) between Belize City and the Guatemalan border to the West, Manatee North, Manatee River, Baldy Beacon, Mountain Pine Ridge, 1963 Line, Guacamalo Bridge, Sibun Gorge and Sittee Range, as indicated at Enclosure 1. The document is not to scale and further details of the training areas will be supplied as part of any invitation to tender documentation unless specifically requested earlier.
e.Expansion to other training areas is anticipated to cover locations such as Gallon Jug, Yalbac, New River Lagoon, Seven Hills Ranges, Hill Bank, Spanish Creek, Hattyville Range and Deep River, as indicated at Enclosure 1.
f.A fully managed (see para 3 below for description) end to end digitised radio communication system for BATSUB to include ongoing training of personnel; replacement of broken equipment (to be effected within 2 hours of being made aware of the breakdown), repair and technical management of the (infrastructure) equipment software and hardware. The service shall be available 24/7/365.
3.The supplier will be expected to supply, own and provide for use, a system which meets the requirement, provide training, maintain/technical management, replace faulty/broken equipment and dispose of all elements of the solution.
4.It is imperative that any potential bidder has written confirmation/legal documentation from the respective land owner, Belizean organisation/government department or agencies authorising them to install masts or co-locate equipment on existing masts and operate such a system at PQQ response stage.
5. The system shall meet an initial operating capability date of 31.5.2017 and be fully operational by 31.7.2017. This will allow testing to be carried out 1-14.7.2017.
Estimated value excluding VAT:
Range: between 1 000 000 and 1 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.2.1)Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC of the European Parliament and of the Council (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC of the European Parliament and of the Council (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Restricted Procedure.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.
https://www.gov.uk/government/publications/government-security-classifications
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin andwww.contracts.mod.uk
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: J9CFYQ7D6W.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2016630-DCB-8428334.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Information Systems and Services, Networks Team
Spur B2, Building 405, MoD Corsham, Westwells Road
SN13 9NR Corsham
United Kingdom
E-mail: ISSComrcl-Networks-D-01@mod.uk
Telephone: +44 3067700907
VI.5)Date of dispatch of this notice:
Related Posts
Tender for Avaya Phone System Upgrade
Telecare and Assistive Technology Services Purchase
Voice Over Internet Protocol Telephony Services Contract
Mobile Phone Contract Request for Quote