Radio Network Infrastructure Replacement for Maritime and Coastguard Agency
The existing network that links these remote radio sites to the HMCG Operations Centres needs to be replaced.
United Kingdom-Southampton: Telecommunications network
2018/S 123-279636
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
105 Commercial Road
Southampton
SO15 1EG
United Kingdom
Contact person: Richard Skeats
Telephone: +44 2038172476
E-mail: contracts@mcga.gov.uk
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Radio Network Infrastructure Replacement
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
HM Coastguard are required to monitor VHF and MF Radio transmissions from vessels at sea and provide assistance in case of emergency to prevent loss of life within the UK’s jurisdiction. In order to do this, the current network consists of 155 Remote Radio sites (RRS), situated around 11 000 miles of UK coastline. This network facilitates all communication transmissions to and from vessels at sea and to the HM Coastguard Watch Officers based at our 10 Coastguard Operation Centres around the UK and the National Maritime Operations Centre in Fareham via two Data Centres.
The existing network that links these remote radio sites to the HMCG Operations Centres needs to be replaced; the reason is that the analogue Kilostream product that underpins the existing network is being withdrawn from the market in March 2020 by BT in line with a wider OFCOM deregulation of low bandwidth analogue point-to-point product types across the telecommunications industry.
II.1.5)Estimated total value
II.1.6)Information about lots
MCA currently intend to award both lots to a single supplier but reserves the right to split the lots should there be sound operational and commercial rationale for doing so.
II.2.1)Title:
10-year term covering network design, build and rental.
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
The Quality/Price assessment (total score) for this requirement will consist of 60 % Quality and 40 % Price. Lot 1 will be for a 10-year term covering network design, build and rental for the 10 years and include a transition support requirement for the initial 3 years where most of the implementation and network transition is expected to be undertaken. MCA are looking to replace the existing kilostream network with a resilient IP service that can be used for this voice-element of the service (by utilising VoIP technologies) as well as for other data services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Lot 1 represents 70 % of Lot 1 and Lot 2 combined scores. The system boundary for the new system will be at the physical connections to the network switches at the Remote Radio Sites, Data Centres and Disaster Recovery Centre. These will be Ethernet connections and will require the provision of Network Termination Equipment at these sites.
II.2.1)Title:
7-year managed service which will co-terminate with Lot 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
The Quality/ Price assessment (total score) for this requirement will consist of 60 % Quality and 40 % Price. Lot 2 will be for a 7-year managed service requirement which will co-terminate with Lot 1 at the end of the 10-year period. Lot 2 contract will be to provide ongoing support of the system to maintain its availability. All maintenance activities will be conducted by the supplier and the MCA is to be provided with details of how this will be coordinated. Any maintenance activities that incur a reduction in service are to be agreed in advance with the MCA, who will have the right to veto the timing of such activities if they occur within known periods of high activity for the MCA.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Lot 2 will be for a 7-year managed service requirement which will Co- terminate with Lot 1 at the end of the 10-year period. This element of the requirement will be subject to renewal.
II.2.9)Information about the limits on the number of candidates to be invited
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
Lot 2 will represent 30 % of the combined Lot 1 and Lot 2 scores.
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
The MCA need to be sure that potential suppliers can demonstrate that they have the capacity to design, deliver and maintain the replacement radio network infrastructure as set out in the supplier questionnaire, with the provision of evidence implementing a network of a similar size and complexity for another Blue Light or Critical National Infrastructure provider or equivalent.
III.1.2)Economic and financial standing
Contracting authorities shall exclude an economic operator from participation in a procurement procedure in accordance with the Public Contracts Regulations 2015 Regulation 57 and the Supplier Qualification Pack.
Suppliers must submit the information required in the Supplier Questionnaire pack by the deadline in IV.2.2) in accordance with the requirements set out in the Supplier Questionnaire pack.
III.2.1)Information about a particular profession
Telecommunication regulator Office of Communications — Ofcom — is the regulatory authority under the Communications Act. In addition, it has concurrent authority with the Competition and Markets Authority for the telecoms sector under the Enterprise Act and under the Competition Act 1998.
III.2.2)Contract performance conditions:
As stated within the tender documentation.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
2027
VI.2)Information about electronic workflows
VI.3)Additional information:
Maritime and Coastguard Agency will not be liable for any costs of any nature incurred by suppliers (or any of its joint venture or consortium members or subcontractors) involved in this procurement exercise and suppliers bid at their own risk and expense including without limit if Maritime and Coastguard Agency cancel the procurement or make no award.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=326984906
VI.4.1)Review body
105 Commercial Road
Southampton
SO15 1EG
United Kingdom
Telephone: +44 2038172476
E-mail: contracts@mcga.gov.ukInternet address: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
VI.4.3)Review procedure
Maritime and Coastguard Agency will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers along with their debriefing. This period allows unsuccessful tenderers, with sufficient grounds, to consider a challenge against an award before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved prior to the end of the Standstill period the Public Contracts Regulations 2015 (SI 2015 Nº 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to bring action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the Award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may order the (prospective) ineffectiveness of a contract, where certain serious rule breaches have occurred, in addition to any fine. The Court may instead provide for alternative penalties; either contract shortening, fines or both and damages.
VI.5)Date of dispatch of this notice: