Notice Information
Notice Title
Provision of LTE Fixed Vehicle Devices and Accessories for the Emergency Services Network (ESN)
Notice Description
The Authority is undertaking a tender exercise to appoint a suitably capable and experienced provider to provide the ESN LTE Fixed Vehicle Devices (FVD) and related Accessories. There will be a Framework Contract with a single supplier appointed to deliver the FVD, related Accessories and to provide support services (e.g. repair, warranty services and software and firmware updates). All ESN Devices must operate the 3GPP Release 12 QoS Class Identifiers (QCIs incorporating public safety features) to enable them to be fully capable of operating on the ESN LTE network and meeting user organisation requirements, which will be detailed in the ITT documents and specifications. This opportunity is therefore restricted to those suppliers who are able to demonstrate their capability and experience to design and develop a device of the type required by this procurement to deliver the FVD and accessories. The FVD must achieve Network Approval Testing Service (NATS) and User Device Type Approval Service (UDTAS) accreditation as part of the requirements to operate on the ESN. This will be explained further in the tender documents. The Contract will be awarded for a duration of 36 months plus the option for the Authority to extend for two further periods of 12 months. The supply will include: a. Product Design and Development - The initial part of the contract will be for the design and development of a FVD in accordance with the requirements as provided. The design and development phase will include discrete milestones to include Design Completion, Prototypes, Accreditation and Testing and final sign off of production Devices. b. Vehicle Devices for Trials - The Authority will require a number of production-standard FVDs for use in live trials. The order for Trial Devices will be made by the Authority under the terms of the Framework Agreement Call-Off Schedule. c. Vehicle Devices for User Organisations - On completion of the Operation Trials, User Organisations will be enabled through this Framework Agreement to call off production-standard FVDs for their own use on the ESN network. Orders will be made by the User Organisations during the term of the Framework Agreement subject to the Call-Off Procedure in the Framework Agreement. d. Accessories Catalogue - The supply of COTS accessories and ancillary devices which are to be used with the FVD and other devices within ESN. This Accessories Catalogue is to include COTS ancillary equipment such as interface units, audio accessories, driver safe controls and user interface units. This catalogue will be used by User Organisations to call off ancillary equipment separately from the call off for the Fixed Vehicle Device. The catalogue is likely to be required by the Authority for Trials and by User Organisations in advance of completion of the FVD design and development phase. e. Services - Additional services such as warranty services, repairs, software and firmware updates. Additional information: 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 Fixed Vehicle 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 for information purposes at the same time as the SQ. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-86d3f042-7099-494d-8448-c88ec4af19cc
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/23e2cc87-0134-4ba0-8527-b96ed80f3953
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
-
- CPV Codes
32500000 - Telecommunications equipment and supplies
Notice Value(s)
- Tender Value
- £140,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Aug 20178 years ago
- Submission Deadline
- 18 Sep 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 28 Feb 2018 - 27 Feb 2021 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ESN ESOURCING PORTAL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/23e2cc87-0134-4ba0-8527-b96ed80f3953
9th August 2017 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-86d3f042-7099-494d-8448-c88ec4af19cc-2017-08-09T16:17:01+01:00",
"date": "2017-08-09T16:17:01+01:00",
"ocid": "ocds-b5fd17-86d3f042-7099-494d-8448-c88ec4af19cc",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_149283/604098",
"title": "Provision of LTE Fixed Vehicle Devices and Accessories for the Emergency Services Network (ESN)",
"description": "The Authority is undertaking a tender exercise to appoint a suitably capable and experienced provider to provide the ESN LTE Fixed Vehicle Devices (FVD) and related Accessories. There will be a Framework Contract with a single supplier appointed to deliver the FVD, related Accessories and to provide support services (e.g. repair, warranty services and software and firmware updates). All ESN Devices must operate the 3GPP Release 12 QoS Class Identifiers (QCIs incorporating public safety features) to enable them to be fully capable of operating on the ESN LTE network and meeting user organisation requirements, which will be detailed in the ITT documents and specifications. This opportunity is therefore restricted to those suppliers who are able to demonstrate their capability and experience to design and develop a device of the type required by this procurement to deliver the FVD and accessories. The FVD must achieve Network Approval Testing Service (NATS) and User Device Type Approval Service (UDTAS) accreditation as part of the requirements to operate on the ESN. This will be explained further in the tender documents. The Contract will be awarded for a duration of 36 months plus the option for the Authority to extend for two further periods of 12 months. The supply will include: a. Product Design and Development - The initial part of the contract will be for the design and development of a FVD in accordance with the requirements as provided. The design and development phase will include discrete milestones to include Design Completion, Prototypes, Accreditation and Testing and final sign off of production Devices. b. Vehicle Devices for Trials - The Authority will require a number of production-standard FVDs for use in live trials. The order for Trial Devices will be made by the Authority under the terms of the Framework Agreement Call-Off Schedule. c. Vehicle Devices for User Organisations - On completion of the Operation Trials, User Organisations will be enabled through this Framework Agreement to call off production-standard FVDs for their own use on the ESN network. Orders will be made by the User Organisations during the term of the Framework Agreement subject to the Call-Off Procedure in the Framework Agreement. d. Accessories Catalogue - The supply of COTS accessories and ancillary devices which are to be used with the FVD and other devices within ESN. This Accessories Catalogue is to include COTS ancillary equipment such as interface units, audio accessories, driver safe controls and user interface units. This catalogue will be used by User Organisations to call off ancillary equipment separately from the call off for the Fixed Vehicle Device. The catalogue is likely to be required by the Authority for Trials and by User Organisations in advance of completion of the FVD design and development phase. e. Services - Additional services such as warranty services, repairs, software and firmware updates. Additional information: 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 Fixed Vehicle 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 for information purposes at the same time as the SQ. 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.",
"datePublished": "2017-08-09T16:17:01+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 140000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2017-09-18T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2018-02-28T00:00:00Z",
"endDate": "2021-02-27T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "goods",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/23e2cc87-0134-4ba0-8527-b96ed80f3953",
"datePublished": "2017-08-09T16:17:01+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-64132",
"name": "ESN eSourcing Portal",
"identifier": {
"legalName": "ESN eSourcing Portal"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"countryName": "England"
},
"contactPoint": {
"email": "ESMCPSupplier@homeoffice.gsi.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-64132",
"name": "ESN eSourcing Portal"
}
}