Mobile Telecoms Services Tender – Northern Ireland
The contracting entity intends to establish a Framework Arrangement for the provision of mobile telecom services.
United Kingdom-Belfast: Telecommunications services
2020/S 080-189824
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Postal address: 120 Malone Road
Town: Belfast
NUTS code: UKN
Postal code: BT9 5HT
Country: United Kingdom
Contact person: Noreen Magowan
E-mail: noreen.magowan@nienetworks.co.uk
I.2)Information about joint procurement
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
S1110 (2020) Mobile Telecoms Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The contracting entity intends to establish a framework arrangement for the provision of mobile telecom services. The framework agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years for any of lots 1 and 2 or lot 4 and for a period of five (5) years, with the option, exercisable exclusively by NIE Networks, to extend the contract for up to a further three (3) years for lot 3, with a total potential duration of eight (8) years for lot 3.
II.1.5)Estimated total value
II.1.6)Information about lots
It is the intention to award either;
1) a framework agreement to the successful economic operator(s) for each of lots 1, 2 and 3; or
2) a framework agreement to the successful economic operator for lots 3 and 4. Criteria and process to be adopted to determine whether the contracting entity awards separate framework agreements for lots 1, 2 and 3 or a single framework agreements for lot 3 and 4 are included in the proc. docs.
II.2.1)Title:
Lot 1: Provision of Voice and Data Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NORTHERN IRELAND.
II.2.4)Description of the procurement:
All works and services as per the key activities below:
NIE Networks requires economic operators to provide a solution capable of supporting NIE Network’s mobile calls, texts and mobile data requirements which are primarily consumed within the UK. International roaming for voice, text and data services are also required by NIE Networks with particular emphasis on roaming services within the Republic of Ireland.
The services required will also include, the following:
• fixed subscription and call tariffs for each voice and/or data connection in the contract;
• a fixed price subscription for each voice connection over the term of the contract. Each subscription should include unlimited calls and texts;
• a fixed price subscription for a data bundle to be added to an existing voice connection;
• a fixed price subscription for each data only connection over the term of the contract;
• NIE Networks preference is for a solution that allows a consolidated data allowance to be shared by all eligible data connections in the contract. To avoid excess data charges from being incurred NIE Networks preference is to purchase an annual data allowance and draw down on this each month;
• NIE Networks also requires a fixed price subscription for data connections that for business reasons may be excluded from the consolidated data allowance.
If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
At the end of the term, the framework arrangement may be subject to renewal.
II.2.9)Information about the limits on the number of candidates to be invited
As specified within the PQQ and/or tender documents available from the address specified at section I.3) above with the reference S1100 (2020) Mobile Telecoms Services.
II.2.10)Information about variants
II.2.11)Information about options
Each framework agreement will be for a period of three (3) years for either lots 1, 2 or 4 and five (5) years for lot 3 with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years for lots 1, 2 or 4 and three (3) for lot 3, with a total potential duration of eight (8) years.
The contracting entity will not award a framework agreement for all four (4) lots. It is the contracting entity’s intention, following conclusion of the procurement process, to award either:
1) a framework agreement to the successful economic operator(s) for each of lot 1 and lot 2 and lot 3; or
2) a framework agreement to the successful economic operator for lot 3 and lot 4. The procurement documents detail the criteria and process to be adopted to determine whether the contracting entity awards separate framework agreements for lots 1 and 2 and 3 or a single framework agreement for lot 3 and lot 4. The choice between lots will be based on the basis of both the quality and price proposals put forward by economic operators
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2: Provision of Mobile Devices Hardware and Accessories
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NORTHERN IRELAND.
II.2.4)Description of the procurement:
Description: all works and services as per the key activities below:
NIE Networks requires economic operators to provide a solution for the supply of equipment (mobile phones, tablets and data dongles), accessories (cases, screen protectors, chargers and charging cables) and car kits including fitting.
The services required will include the following:
• an online ordering portal to facilitate orders from an agreed list of mobile phones, tablets, dongles, mobiles and tablets purchased will primarily be Apple devices with a smaller number of basic and android type phones;
• an online ordering portal to facilitate orders from an agreed list of mobile accessories such as cases, screen protectors, chargers and cables;
• an ordering process to facilitate orders for the supply and fitting of car kits;
• the ability to track orders to determine their status with regards to processing, delivery and invoicing is essential.
If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator and a reserve economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
At the end of the term, the framework arrangement may be subject to renewal.
II.2.9)Information about the limits on the number of candidates to be invited
As specified within the PQQ and/or tender documents available from the address specified at I.3) above with the reference project
S1100 (2020) — Mobile Telecoms Services.
II.2.10)Information about variants
II.2.11)Information about options
Each framework agreement will be for a period of three (3) years for either lots 1, 2 or 4 and five (5) years for lot 3 with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years for lots 1, 2 or 4 and three (3) for lot 3, with a total potential duration of eight (8) years.
The contracting entity will not award a framework agreement for all four (4) lots. It is the contracting entity’s intention, following conclusion of the procurement process, to award either:
1) a framework agreement to the successful economic operator(s) for each of lot 1 and lot 2 and lot 3; or
2) a framework agreement to the successful economic operator for lot 3 and lot 4. The procurement documents detail the criteria and process to be adopted to determine whether the contracting entity awards separate framework agreements for lots 1 and 2 and 3 or a single framework agreement for lot 3 and lot 4. The choice between lots will be based on the basis of both the quality and price proposals put forward by economic operators.
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3: Provision of Metering Telemetry Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NORTHERN IRELAND.
II.2.4)Description of the procurement:
Description: all works and services as per the key activities below:
NIE Networks uses an MV90 system to collect ½ hourly meter readings from approximately 12 300 industrial and commercial premises. The MV90 system communicates with the meters installed in these premises via outbound calls over two virtual fixed link connections. These connections are currently provisioned over BT ISDN30e circuits installed in two NIE Networks data centres.
NIE Networks requires economic operators to provide a solution to include the continued SIMs service provision which also includes the outbound calls that are made from NIE Networks MV90 system to each SIM.
The services required will also include the following:
• an ordering portal to facilitate requests for new connections and amendments to existing connections;
• a fixed price subscription for each connection in the account over the term of the contract inclusive of calls made from the MV90 system;
• NIE Networks require help desk support with service and connectivity issues relating to individual and clusters of SIMs.
If this lot is awarded that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
At the end of the term, the framework arrangement may be subject to retender.
II.2.9)Information about the limits on the number of candidates to be invited
As specified within the PQQ and/or tender documents available from the address specified at I.3) above with the reference project S1110 (2020) Mobile Telecoms Services.
II.2.10)Information about variants
II.2.11)Information about options
Each framework agreement will be for a period of three (3) years for either lots 1, 2 or 4 and five (5) years for lot 3 with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years for lots 1, 2 or 4 and three (3) for lot 3, with a total potential duration of eight (8) years.
The contracting entity will not award a framework agreement for all four (4) Lots. It is the contracting entity’s intention, following conclusion of the procurement process, to award either:
1) a framework agreement to the successful economic operator(s) for each of lot 1 and lot 2 and lot 3; or
2) a framework agreement to the successful economic operator for lot 3 and lot 4. The procurement documents detail the criteria and process to be adopted to determine whether the contracting entity awards separate framework agreements for lots 1 and 2 and 3 or a single framework agreement for lot 3 and lot 4. The choice between lots will be based on the basis of both the quality and price proposals put forward by economic operators.
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4: Combined Lot 1 and Lot 2 — Provision of Voice and Data Services, Provision of Mobile Devices Hardware and Accessories
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NORTHERN IRELAND.
II.2.4)Description of the procurement:
Description: all works and services as per the key activities below:
• NIE Networks requires economic operators to provide a solution capable of supporting NIE Network’s mobile calls, texts and mobile data requirements which are primarily consumed within the UK. International roaming for voice, text and data services are also required by NIE Networks with particular emphasis on roaming services within the Republic of Ireland.
The services required will also include, the following:
• fixed subscription and call tariffs for each voice and/or data connection in the contract;
• a fixed price subscription for each voice connection over the term of the contract. Each subscription should include unlimited calls and texts;
• a fixed price subscription for a data bundle to be added to an existing voice connection;
• a fixed price subscription for each data only connection over the term of the contract;
• NIE Networks preference is for a solution that allows a consolidated data allowance to be shared by all eligible data connections in the contract. To avoid excess data charges from being incurred NIE Networks preference is to purchase an annual data allowance and draw down on this each month;
• NIE Networks also requires a fixed price subscription for data connections that for business reasons may be excluded from the consolidated data allowance.
NIE Networks requires economic operators to provide a solution for the supply of equipment (mobile phones, tablets and data dongles), accessories (cases, screen protectors, chargers and charging cables) and car kits including fitting.
The services required will include the following:
• an online ordering portal to facilitate orders from an agreed list of mobile phones, tablets, dongles, mobiles and tablets purchased will primarily be Apple devices with a smaller number of basic and android type phones;
• an online ordering portal to facilitate orders from an agreed list of mobile accessories such as cases, screen protectors, chargers and cables;
• an ordering process to facilitate orders for the supply and fitting of car kits;
• the ability to track orders to determine their status with regards to processing, delivery and invoicing is essential.
If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
At the end of the term, the framework arrangement may be subject to renewal.
II.2.9)Information about the limits on the number of candidates to be invited
As specified within the PQQ and/or tender documents available from the address specified at section I.3) above with the reference S1110 (2020) Mobile Telecoms Services.
II.2.10)Information about variants
II.2.11)Information about options
Each framework agreement will be for a period of three (3) years for either lots 1, 2 or 4 and five (5) years for lot 3 with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years for lots 1, 2 or 4 and three (3) for lot 3, with a total potential duration of eight (8) years.
The contracting entity will not award a framework agreement for all four (4) lots. It is the contracting entity’s intention, following conclusion of the procurement process, to award either:
1) a framework agreement to the successful economic operator(s) for each of lot 1 and lot 2 and lot 3; or
2) a framework agreement to the successful economic operator for lot 3 and lot 4. The procurement documents detail the criteria and process to be adopted to determine whether the contracting entity awards separate framework agreements for lots 1 and 2 and 3 or a single framework agreement for lot 3 and lot 4. The choice between lots will be based on the basis of both the quality and price proposals put forward by economic operators.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As specified within the PQQ and/or tender documents available from the address specified at I.3) above with the reference project S1110 (2020) Mobile Telecoms Services.
III.1.2)Economic and financial standing
As specified within the PQQ and/or tender documents available from the address specified at I.3) above with the reference project S1110 (2020) Mobile Telecoms Services.
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
As specified within the PQQ and/or tender documents available from the address specified at I.3) above with the reference project S1110 (2020) Mobile Telecoms Services.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Postal address: 120 Malone Road
Town: Belfast
Postal code: BT9 5HT
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Postal address: 120 Malone Road
Town: Belfast
Postal code: BT9 5HT
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Royal Courts of Justice, Chicester Street
Town: Belfast
Postal code: BT1 3 JY
Country: United Kingdom
VI.5)Date of dispatch of this notice: