Contract notice

Information

Published

Expire date: 15/07/2022

External Reference: 2022-528854

FTS Reference: 2022-015469

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Police Digital Service
08113293
20 Gresham Street,
LONDON
EC2V 7JE
UK
Contact person: Kenny Stewart
Telephone: +44 7971031811
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47834&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

TETRA Airwave Terminal Products and Services (TETRA 2022)
Reference number:  PDSCN-148-2021
II.1.2)

Main CPV code

32000000  -  Radio, television, communication, telecommunication and related equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Police Digital Service (PDS) on behalf of UK Airwave users is undertaking a tender exercise to appoint suitably capable and experienced providers (with up to 3 suppliers) of Terrestrial Trunked Radio (TETRA) Encryption Algorithm 2 (TEA2) compatible radio devices (handheld, desktop & mobile terminals), software, accessories, services and maintenance for use on the UK Airwave system. Due to the need for TETRA devices to operate on Airwave infrastructure, this opportunity is restricted to those suppliers who hold (or can commit to obtain within 12 months from the Framework commencement) NCSC/ Airwave Lead Assurer certification to supply devices of the type. This will be for a period of 4 years, aiming to commence mid Sept 2022.
Full details of the PDS requirements are detailed in the ITT and associated documents. Access to these documents is restricted. No bidder will be granted access to these documents without first entering into the PDS Non - Disclosure Agreement.
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

32236000  -  Radio telephones
32260000  -  Data-transmission equipment
32344210  -  Radio equipment
32412000  -  Communications network
32418000  -  Radio network
32500000  -  Telecommunications equipment and supplies
35100000  -  Emergency and security equipment
50000000  -  Repair and maintenance services
50333000  -  Maintenance services of radio-communications equipment
50334400  -  Communications system maintenance services
51300000  -  Installation services of communications equipment
51311000  -  Installation services of radio equipment
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Police Digital Service (PDS), on behalf of UK Airwave user organisations, is undertaking a tender exercise to appoint suitably capable and experienced providers of Terrestrial Trunked Radio (TETRA) Encryption Algorithm 2 (TEA2) compatible radio devices (handheld, desktop and mobile terminals), software, accessories, services and maintenance for use on the UK Airwave system. Due to the need for TETRA devices to operate on Airwave infrastructure, this opportunity is restricted to those suppliers who are able to demonstrate (or can commit to obtain within 12 months from the Framework commencement) capability and experience to provide devices of the type. Devices that will be supplied resulting from this procurement will need to have achieved relevant NCSC and Home Office Airwave Lead accreditation as part of the requirements to supply TETRA devices and equipment on the UK Airwave system.
The awarded contract(s) will be for a duration of 48 months, aligned to Airwave Shutdown (ASD) currently scheduled for 2026, plus the option for PDS to extend for a period up to a maximum of 12 months and will supply:
- TETRA Airwave TEA2 terminals (handheld, desktop and mobile), accessories and peripheral equipment, systems and services (including Key Management Facility (KMF) crypto systems to programme keys on the Airwave network) for use exclusively on the UK Airwave system.
- TETRA Airwave TEA2 product and or service add-ons such as feature enablement, radio configuration, extended warranty, device as a service, field services, life cycle management and managed disposal services, etc.) for use on the UK Airwave system.
- Permitted scope also includes the supply and support of TETRA based certified device-to-device remote speaker microphone (D2D/ RSM) units and accessories to operate on LTE handheld mobile devices on the Emergency Service Network (ESN) and certified hybrid (dual mode) TETRA devices and accessories when purchased for primary use on the UK Airwave system.
Anticipated spend under the Framework Agreement is not expected to exceed GBP 50 million. This is an estimate only, This figure has been calculated on the assumption that the Framework Agreement runs for its maximum possible term, that a number of Call Off Contracts are awarded by Contracting Bodies and the ESN programme meets its published Airwave Shutdown Date (currently 2026). For the avoidance of doubt, PDS gives no warranty or representation as to the value of any Call Off Contract, or the number of Call Off Contracts, if any, which may be awarded.
PDS intends to award the Framework Agreement based on the most economically advantageous tender (MEAT). PDS will not be bound to accept the lowest price or any Tender submitted, but will be evaluating Tenders on the quality and price criteria set forth in the ITT.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 50000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The initial term of the awarded framework agreement shall be 4 years (48 months), with the possibility of a further renewal period of 1 year (12 months).
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The framework is open to a wide range of policing bodies, law enforcement agencies, other Bluelight Services and Airwave User Organisations. Please refer to the ITT and Appendix 3 (Contracting Authorities) for more information.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2022/S 000-001172
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/07/2022
Local time:  10:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  15/07/2022
Local time:  10:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Full details of the Contracting Authority's requirements are detailed in the ITT and associated documents. Access to these documents is restricted. No bidder will be granted access to these documents without first entering into the Contracting Authority's Non-Disclosure Agreement.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
7 Rolls Building
London
EC4A 1NL
UK