Radio Communication Services for Prisons in England and Wales
Provision of Support and Maintenance and Related Services in respect of Radio Communication Services for Prisons in England and Wales.
United Kingdom-London: Radio, television, communication, telecommunication and related equipment
2017/S 148-306751
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
102 Petty France
London
SW1H 9AJ
United Kingdom
Contact person: Mark Emin
Telephone: +44 02033343555
E-mail: HMPPSCustomerDeman1@justice.gov.uk
NUTS code: UK
Address of the buyer profile: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Support and Maintenance and Related Services in respect of Radio Communication Services for Prisons in England and Wales.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This notice launches the competition for a contract for the support and maintenance and related services in respect of the Prison Tetra System and Mobile Tetra System and Airwave Network Access System and all associated equipment in public and private prisons (currently 115) throughout England and Wales. The contract includes the requirement to provide the repair of equipment, including some batteries, radio terminals and system PCs during the contract term and their replacement where it is identified that they are at the end of their usable life or beyond repair. It also covers decommissioning of equipment, provision of the service at new sites and amendments at existing sites, along with subject matter expert consultancy services and an option to refresh end of life equipment.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
HMPPS estate across the United Kingdom.
II.2.4)Description of the procurement:
A maintenance and support contract is required for the UHF Tetra radio systems and all associated equipment in 115 public and private prisons throughout England and Wales. The main radio communication system encompasses c122 Rohill base stations with SafetyNet Digital software and c 17 600 Hytera Tetra radio terminals. Each prison operates a standalone TETRA network with no external connectivity. A small number of prisons and vehicles use the Airwave network to communicate with the emergency services using Sepura radio terminals. The contract includes the requirement to provide an option to replace some batteries, radio terminals and system PCs during the contract term where it is identified that they are at the end of their usable life. It also covers decommissioning of equipment, provision of the service at new sites and amendments at existing sites. Full details of the nature and scope of the services are set out in the Service Requirements document.
The estimated value of the maintenance and support contract, excluding the equipment refresh, is 1 800 000 GBP per annum. On that basis, the estimated value of the contract is 9 000 000 GBP over the minimum term of 5 years and 15 000 000 GBP over the maximum term of 8 years. Should the Authority take the option of the equipment refresh this would increase the estimated value by 7 000 000 GBP. These estimates of potential value are based on anticipated volumes, which may change resulting in an increase or decrease in the volume of services to be provided. The Authority does not give any warranty, commitment or guarantee as to the (a) volume of services that may be required during the contract save that the Authority shall pay support and maintenance charges in respect of a minimum volume of 12 000 hand terminals; or (b) level of expenditure with the Service Provider, and bidders are advised to make their own assessment of the opportunity in this regard.
Instructions For Bidders Authority’s eSourcing Portal
The Authority uses an electronic tendering tool to manage the procurement and communicate with Bidders. Accordingly, there will be no hard copy documents issued to Bidders and all communications with the Authority including the submission of Tenders will be conducted via the Bravo e-Sourcing portal located at https://ministryofjusticecommercial.bravosolution.co.uk
To participate in this tender opportunity (including viewing the procurement documents), companies must use the Bravo eSourcing Portal.
Registering your company on the eSourcing portal:
— Note: You are only required to register on the eSourcing portal once.
— Browse to the eSourcing Portal: https://ministryofjusticecommercial.bravosolution.co.uk and click the link ‘Click here to register’.
— Accept the terms and conditions and click continue.
— Enter your correct business and user details.
— Note the username you chose and click Save when complete — You will shortly receive an email with your unique password (please keep this secure).
Expressing an interest in the tender:
— Login to the portal with the username/password.
— Click the ITTs Open To All Suppliers link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier).
— Click on the relevant ITT (Project: TETRA Radios Support and Maintenance Retender) to access the content.
— Click the Express Interest button at the top of the page.
— This will move the ITT into your My ITTs page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking Buyer Attachments in the ITT Details box.
If Bidders experience any difficulty with the Authority’s eSourcing Portal, downloading and uploading documents or using the messaging portal to communicate with the Authority, Bidders should refer to the Bidder Guidance located in the eSourcing system. Any requests for assistance should be directed to the eSourcing helpdesk using email: esourcing@justice.gsi.gov.uk and telephone 0845 010 0132.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The anticipated term of the contract will be five years contract with the option (in accordance with the terms of the contract and at the Authority’s discretion) to extend for three optional extension periods of 12 months (i.e. 5 +1 or 5+1+1 or 5+1+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Where a consortium or other group of operators submits a bid, they must nominate a lead organisation to contract with the Authority. All consortium members will be required to enter into appropriate sub-contracts and any such arrangements will require full transparency to the Authority. The Authority reserves the right to require bidders to form a legal entity and/or contract in a specific form.
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
All requirements of this nature are contained within the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
IV.2.7)Conditions for opening of tenders
Ministry of Justice, Petty France, London.
Section VI: Complementary information
VI.1)Information about recurrence
‘5 years to 8 years depending on whether extension periods are taken up.
VI.2)Information about electronic workflows
VI.4.1)Review body
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079477882Internet address:http://www.justice.gov.uk
VI.4.3)Review procedure
Guidance for appeals can be found under ‘Tender and contractual complaints process’ at:
VI.5)Date of dispatch of this notice:
Related Posts
Supply and Installation of Wireless WAN Infrastructure
Doncaster Town Centre Wi-Fi Concession Contract
Thames Water Managed Telephony Contract
Contact Centre Call Handling Contract