Supply LTE Handheld Mobile Devices Emergency Services Network
The provision of LTE mobile handheld devices, their accessories and intrinsically safe LTE mobile handheld devices for use on the Emergency Services Network.
United Kingdom-London: Mobile telephones
2017/S 067-125892
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
2 Marsham Street, First Floor, Peel Building
London
SW1P 4DF
United Kingdom
E-mail: ESMCPSupplier@homeoffice.gsi.gov.uk
NUTS code: UK
Address of the buyer profile: www.esn.bravosolution.co.uk
I.1)Name and addresses
2nd floor NW, Fry Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
E-mail: ESMCPSupplier@homeoffice.gsi.gov.uk
NUTS code: UK
I.1)Name and addresses
Cathays Park
Cardiff
CF10 3NQ
United Kingdom
E-mail: ESMCPSupplier@homeoffice.gsi.gov.uk
NUTS code: UK
I.1)Name and addresses
Richmond House, 79 Whitehall
London
SW1A 2NS
United Kingdom
E-mail: ESMCPSupplier@homeoffice.gsi.gov.uk
NUTS code: UK
I.1)Name and addresses
St Andrews House, Regent Road
Edinburgh
EH1 3DG
United Kingdom
E-mail: ESMCPSupplier@homeoffice.gsi.gov.uk
NUTS code: UK
I.2)Joint procurement
UK.
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
The Provision of LTE Handheld Mobile Devices and Accessories for the Emergency Services Network (ESN).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The provision of LTE mobile handheld devices, their accessories and intrinsically safe LTE mobile handheld devices for use on the Emergency Services Network (ESN) under a framework agreement that can be used by the police, fire, ambulance and other non-Home Office Police services and other organisations that currently utilise TETRA devices.
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
United Kingdom.
II.2.4)Description of the procurement:
The Authority is undertaking a tender exercise to appoint suitably capable and experienced providers of LTE Handheld Mobile Devices and Accessories. Due to the need for ESN Devices to operate using the Release 12 QoS Class Identifier (QCI) (incorporating public safety features) to enable them to be fully capable of operating on the new ESN LTE network and meeting user requirements, this opportunity is restricted to those suppliers who are able to demonstrate their capability and experience to provide devices of the type required by this procurement to deliver the LTE Mobile Handheld Devices and accessories.
Devices that will be supplied resulting from this procurement will need to have achieved Network Approval Testing Service (NATS) and User Device Type Approval Service (UDTAS) accreditation as part of the requirements to utilise LTE Mobile Handheld Devices on the ESN network.
The awarded contract(s) will be for a duration of 36 months plus the option for the Authority to extend for a period(s) up to a maximum of 12 months and will supply:
The procurement covers:
— LTE Mobile Handheld Devices for Operational Trials (‘Trials’) — LTE Mobile Handheld Devices that meet the requirements contained within Schedule 2.1 of the ITT that utilises frequency division duplex (FDD) and time division duplex (TDD). Timing for these devices is that they should achieve NATS and UDTAS accreditation and be supplied by a target date of April 2018 and no later than June 2018 in quantity of between 500, 750 and 1 500 units based on number of suppliers awarded contracts to be on the Framework Agreement. The order for the Trial devices will be made by the Authority under the terms of the Framework Agreement.
— LTE Mobile Handheld Devices available on the Framework Agreement — LTE Mobile Handheld Devices that meets the requirements contained within the Schedule 2.1 of the Draft Contract contained within the ITT that utilises FDD and TDD. Suppliers that are awarded contracts on the Framework Agreement will be able to supply their LTE Mobile Handheld Devices under the Call Off arrangements from the point that the devices complete Trials, and therefore must have completed NATS and UDTAS accreditation, and be available for procurement in large quantity of up to a total to be supplied over the term of the contract of 250 000 units from June 2018. Orders will be made by UOs during the term of the Framework Agreement to suppliers awarded contracts on the framework contract and subject to the Call Off Procedure in the Framework Agreement.
— Accessories — the supply of accessories that are to be used with the LTE mobile handheld devices for the Trials and to be called off during the term of the Framework Agreement to be supplied by the Potential Supplier.
— Intrinsically Safe LTE Mobile Handheld Devices — A variant of the LTE Handheld Device that is intrinsically safe is to be provided by one of the Suppliers under the Framework Agreement period (determined through the evaluation as detailed in the ITT). The LTE Handheld Device is to be certified to Zone 1 of the ATEX DIRECTIVE 2014/34/EU or later version or equivalent. A total of 3,000 Intrinsically Safe LTE Mobile Handheld Devices will be required during the term of the Framework Agreement period (specification contained withing Schedule 2.1 of the Draft Contract included in the ITT). These devices will need to be available for supply under Call Off arrangements by June 2018. Only one Supplier on the Framework Agreement will provide these devices.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
An initial term of 36 months with the option at the Authority’s sole discretion to extend for period(s) of up to a total of 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
Selection criteria as stated in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
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
Selection criteria as stated in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in the procurement documents.
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.2.3)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
VI.2)Information about electronic workflows
VI.3)Additional information:
Economic operators shall note the following:
Expressions of Interest to participate in this procurement should be made by e-mailing ESMCPSupplier@homeoffice.gsi.gov.uk
Following receipt of an Expression of Interest the Authority will send the Contract Letting Participation Agreement (CLPA); Ethical Walls Agreement (EWA) and Security Aspects Letter (SAL) to the supplier to complete and return to the same e-mail address. The Selection Questionnaire (SQ) will also be provided in PDF format for information but access to the SQ through the Portal is a mandatory requirement for submission.
Once the CLPA, EWA and SAL have been returned and verified by the Authority, the supplier will be provided with access to the ESN Handheld Devices forum on the Bravo e-Sourcing Portal. See the following guidance with regard to accessing the Bravo system.
Bravo Registration: Registering for the Bravo system is only required once.
Economic operators will then be able to browse to the eSourcing portal and complete the following:
a) Click the -click here to register- link.
b) Accept the terms and conditions and click -continue-.
c) Enter your business and user details.
d) Note the username you use and click -save- when complete.
e) You will then receive an e-mail with your unique password.
Access to the SQ documentation:
a) Login to the eSourcing portal with your unique username and password.
b) Click on the -PQQs open to all suppliers- link.
c) Click on the relevant titled item.
d) Click the -express interest- button in the -actions- box on the left hand side of the page (this will move the SQ into the economic operators -my PQQ- box). This is a secure area for projects only.
e) The ITT will be provided on or around 19.4.2017 for information. The ITT documents will be provided in Bravo, which, as detailed above is only accessible if the CLPA, EWA and SAL have been completed, returned and verified.
f) Download the documents relating to the SQ / ITT to access.
Click on the bold and underlined filename. Select -save- and store on your PC.
Responding to the SQ:
a) Economic operators will then be able to use the messages functions to communicate with ESMCP and seek any clarifications that may be required.
b) Please note the deadline for completion of the SQ, this is a precise time and the eSourcing portal will reject the economic operators submission if it is submitted after this time.
For further assistance contact the BravoSolution helpdesk which is available Monday to Friday (0800 to 1800) GMT on:
a) email help@bravosolution.co.uk or
b) telephone +44 800 368 4850.
VI.4.1)Review body
2 Marsham Street, First floor, Peel Building
London
SW1P 4 DF
United Kingdom
E-mail: ESMCPSupplier@homeoffice.gsi.gov.uk
VI.4.2)Body responsible for mediation procedures
2 Marsham Street, First floor, Peel Building
London
SW1P 4DF
United Kingdom
E-mail: ESMCPSupplier@homeoffice.gsi.gov.uk
VI.4.3)Review procedure
The periods set out in Public.
Contracts Regulations 2015.
VI.4.4)Service from which information about the review procedure may be obtained
2 Marsham Street, First floor, Peel Building
London
SW1P 4DF
United Kingdom
E-mail: ESMCPSupplier@homeoffice.gsi.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Fixed Line Voice Services Tender for NHS Scotland
Fixed Line Voice and Data Services Tender Exeter
Mobile Phone Two Year Contract – English Institute of Sport
Voice Network Maintenance Contract Bath
Crown Commercial Service Pan-Government Contact Centre Services Framework Agreement