Notice Information
Notice Title
Managed Solution framework
Notice Description
DMSL managed a tender on behalf of the mobile network operators (EE, Telefonica, Three and Vodafone, collectively the "Contracting Organisations") to appoint suppliers who are able to provide a managed service to deliver mobile telecoms base station site services. Each of the Contracting Organisations is a signatory to the Managed Solution framework. Neither DMSL nor the Contracting Organisations are contracting authorities. This tender is being conducted voluntarily under the Public Contracts Regulations 2015 ("PCR") as call offs awarded under the Managed Solution framework will be contracts subsidised by the Department for Digital, Culture, Media and Sport within the meaning of Regulation 13 of the PCR. The Managed Solution framework may be used by each of the Contracting Organisations and each of their Build companies: Cornerstone Telecommunications Infrastructure Limited (CTIL) and Mobile Broadband Network Limited (MBNL) and any affiliates of the Contracting Organisations or their Build companies.
Lot Information
Lot 1
DMSL is managing a tender on behalf of the mobile network operators (EE, Telefonica, Three and Vodafone, collectively the "Contracting Organisations") to appoint suppliers who are able to provide a managed service to deliver mobile telecoms base station site services along with the operation and maintenance of selected equipment. Each of the Contracting Organisations is a signatory to the Managed Solution framework. These sites are part of the Shared Rural Network (SRN) which consists of circa 300 new telecoms mast base station sites in rural and remote locations across the UK. The sites are planned to be delivered either through this Managed Solution framework or through a separate framework for acquisition, design and build services (the procurement for which is being run in parallel), or a combination of both frameworks. These sites will enable the Contracting Organisations, as part of the SRN programme, to fulfil their Ofcom Spectrum licence obligations by giving greater 4G mobile network geographic coverage in the UK. Under the Managed Solution framework, the Contracting Organisations intend to procure a number of services and activities that allow for provision of new telecommunications infrastructure that can provide mobile telephony services in remote and rural areas. The scope of this requirement is a managed service that includes acquisition, design, build and operations and maintenance of the passive infrastructure in locations nominated by the Contracting Organisations. Supplier ownership of passive infrastructure, for example towers, compounds, fencing and power systems is included. For clarity, supply of the radio access equipment and cabinets is outside the scope of this procurement and will be supplied by or through the Contracting Organisations.
Options: Option to extend the Managed Solution framework for 1 extra period of 24 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-030498
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018358-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
64 - Postal and telecommunications services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
32000000 - Radio, television, communication, telecommunication and related equipment
44212200 - Towers, lattice masts, derricks and pylons
44212261 - Radio masts
45232340 - Mobile-telephone base-stations construction work
45312330 - Radio aerial installation work
50332000 - Telecommunications-infrastructure maintenance services
64200000 - Telecommunications services
71250000 - Architectural, engineering and surveying services
71316000 - Telecommunication consultancy services
71410000 - Urban planning services
71510000 - Site-investigation services
Notice Value(s)
- Tender Value
- £230,000,000 £100M-£1B
- Lots Value
- £230,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £230,000,000 £100M-£1B
Notice Dates
- Publication Date
- 5 Jul 20223 years ago
- Submission Deadline
- 18 Feb 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Jun 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DIGITAL MOBILE SPECTRUM LIMITED
- Contact Name
- Not specified
- Contact Email
- procurement@dmsluk.com
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 9SG
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- Not specified
-
- Local Authority
- Southwark
- Electoral Ward
- London Bridge & West Bermondsey
- Westminster Constituency
- Bermondsey and Old Southwark
Further Information
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-h6vhtk-030498-2022-07-05T15:02:10+01:00",
"date": "2022-07-05T15:02:10+01:00",
"ocid": "ocds-h6vhtk-030498",
"description": "Expressions of interest to participate in this procurement should be made online on the SRN Procurement Portal at https://award.bravosolution.co.uk/srn/web/project/4b218a93-80ec-4446-aa19-08bc2c20f4ed/register . Instructions on how to register your interest on the SRN Procurement Portal can be found here https://srn.org.uk/procurement-portal-guidance . If you have any difficulties registering then please contact the Award support team on support@commercedecisions.com or 08456 52 02 52 (open Monday to Friday 10.00am - 4.00pm, excluding public and bank holidays. NOTE that, if an applicant has registered earlier on the SRN Procurement Portal (as a result of the PINs in June and September 2021) for this procurement, it does not have to register again. If this is done there may be a delay in receiving access to the procurement documents. Applicants will be required to agree to the Non-Disclosure Agreement and Conflict of Interest Declaration before being granted access to the procurement documents. The procurement will be run as an Open procedure to select 8 suppliers for the Managed Solution framework. All selection criteria will be stated in the procurement documents. Variant bids will not be accepted. Tenders will need to be open for acceptance for 12 months from time and date of submission. DMSL considers that this Managed Solution framework may be suitable for economic operators that are small or medium enterprises. Any selection of suppliers will be based solely on the criteria set out for this Managed Solution framework. The Contracting Organisations wish to award contracts to suppliers who will take sole responsibility for delivery of the services to be provided under this Managed Solution framework. For clarity, suppliers may use sub-contractors to deliver the services. Parent company guarantees may be required at DMSL and the Contracting Organisations discretion. Further details will be provided in the procurement documents. Neither DMSL nor the Contracting Organisations will accept multiple applications for this procurement from the same entity/economic operator. The term of the Managed Solution framework is 65 months with an option to extend once for a further 24 months. A period longer than 48 months has been chosen for the framework to align to the coverage obligations set out in each Contracting Organisation's Ofcom Spectrum licence. DMSL and the Contracting Organisations expressly reserve the right not to award any contract as a result of the procurement process commenced by publication of the Contract Notice. In no circumstances will DMSL or the Contracting Organisations be liable for any costs, expenses, fees or charges (including third party costs) incurred by those expressing interest in and/or participating in dialogue and/or tendering for this opportunity. No contract (whether implied or otherwise) for the framework or call-off contract for managed services shall exist between any applicant and the Contracting Organisations until such time as such Managed Solution framework or call off contract is executed with a supplier. No minimum volume or purchase value is guaranteed for any supplier. The volume of work awarded to suppliers will be limited to reduce the risk and ensure that resources are available to deliver. DMSL and the Contracting Organisations reserve the right to make any changes to the procurement as it may require at any time with no liability on its part (including to change, suspend, stop or terminate the process and not award a contract and/or to reject any or all bids at any time).",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-030498",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Managed Solution framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "64200000",
"description": "Telecommunications services"
},
"mainProcurementCategory": "services",
"description": "DMSL managed a tender on behalf of the mobile network operators (EE, Telefonica, Three and Vodafone, collectively the \"Contracting Organisations\") to appoint suppliers who are able to provide a managed service to deliver mobile telecoms base station site services. Each of the Contracting Organisations is a signatory to the Managed Solution framework. Neither DMSL nor the Contracting Organisations are contracting authorities. This tender is being conducted voluntarily under the Public Contracts Regulations 2015 (\"PCR\") as call offs awarded under the Managed Solution framework will be contracts subsidised by the Department for Digital, Culture, Media and Sport within the meaning of Regulation 13 of the PCR. The Managed Solution framework may be used by each of the Contracting Organisations and each of their Build companies: Cornerstone Telecommunications Infrastructure Limited (CTIL) and Mobile Broadband Network Limited (MBNL) and any affiliates of the Contracting Organisations or their Build companies.",
"value": {
"amount": 230000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "DMSL is managing a tender on behalf of the mobile network operators (EE, Telefonica, Three and Vodafone, collectively the \"Contracting Organisations\") to appoint suppliers who are able to provide a managed service to deliver mobile telecoms base station site services along with the operation and maintenance of selected equipment. Each of the Contracting Organisations is a signatory to the Managed Solution framework. These sites are part of the Shared Rural Network (SRN) which consists of circa 300 new telecoms mast base station sites in rural and remote locations across the UK. The sites are planned to be delivered either through this Managed Solution framework or through a separate framework for acquisition, design and build services (the procurement for which is being run in parallel), or a combination of both frameworks. These sites will enable the Contracting Organisations, as part of the SRN programme, to fulfil their Ofcom Spectrum licence obligations by giving greater 4G mobile network geographic coverage in the UK. Under the Managed Solution framework, the Contracting Organisations intend to procure a number of services and activities that allow for provision of new telecommunications infrastructure that can provide mobile telephony services in remote and rural areas. The scope of this requirement is a managed service that includes acquisition, design, build and operations and maintenance of the passive infrastructure in locations nominated by the Contracting Organisations. Supplier ownership of passive infrastructure, for example towers, compounds, fencing and power systems is included. For clarity, supply of the radio access equipment and cabinets is outside the scope of this procurement and will be supplied by or through the Contracting Organisations.",
"value": {
"amount": 230000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1950
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"options": {
"description": "Option to extend the Managed Solution framework for 1 extra period of 24 months."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "44212200",
"description": "Towers, lattice masts, derricks and pylons"
},
{
"scheme": "CPV",
"id": "44212261",
"description": "Radio masts"
},
{
"scheme": "CPV",
"id": "45232340",
"description": "Mobile-telephone base-stations construction work"
},
{
"scheme": "CPV",
"id": "45312330",
"description": "Radio aerial installation work"
},
{
"scheme": "CPV",
"id": "50332000",
"description": "Telecommunications-infrastructure maintenance services"
},
{
"scheme": "CPV",
"id": "71250000",
"description": "Architectural, engineering and surveying services"
},
{
"scheme": "CPV",
"id": "71316000",
"description": "Telecommunication consultancy services"
},
{
"scheme": "CPV",
"id": "71410000",
"description": "Urban planning services"
},
{
"scheme": "CPV",
"id": "71510000",
"description": "Site-investigation services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://award.bravosolution.co.uk/srn/web/project/4b218a93-80ec-4446-aa19-08bc2c20f4ed/register",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 8,
"periodRationale": "A period longer than 48 months has been chosen for the Managed Solution framework to align to the coverage obligations set out in each Contracting Authority's Ofcom Spectrum licence."
}
},
"tenderPeriod": {
"endDate": "2022-02-18T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2022-02-18T12:30:00Z"
},
"bidOpening": {
"date": "2022-02-18T12:30:00Z"
},
"hasRecurrence": false,
"reviewDetails": "DMSL will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Managed Solution framework is communicated to tenderers. Applicants who are unsuccessful shall be informed by DMSL as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful."
},
"parties": [
{
"id": "GB-FTS-38662",
"name": "DIGITAL MOBILE SPECTRUM LIMITED",
"identifier": {
"legalName": "DIGITAL MOBILE SPECTRUM LIMITED"
},
"address": {
"streetAddress": "24/25 The Shard,32 London Bridge Street",
"locality": "LONDON",
"region": "UKI44",
"postalCode": "SE19SG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@dmsluk.com",
"url": "https://srn.org.uk/procurement-portal-guidance"
},
"roles": [
"buyer"
],
"details": {
"url": "https://srn.org.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "UK Organisation"
},
{
"scheme": "COFOG",
"description": "Telecommunications"
}
]
}
},
{
"id": "GB-FTS-36096",
"name": "High Court of Justice for England and Wales",
"identifier": {
"legalName": "High Court of Justice for England and Wales"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-57702",
"name": "WHP Telecoms Ltd",
"identifier": {
"legalName": "WHP Telecoms Ltd"
},
"address": {
"locality": "Warrington",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-38662",
"name": "DIGITAL MOBILE SPECTRUM LIMITED"
},
"language": "en",
"awards": [
{
"id": "018358-2022-1",
"relatedLots": [
"1"
],
"title": "Managed Solution framework",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-57702",
"name": "WHP Telecoms Ltd"
}
]
}
],
"contracts": [
{
"id": "018358-2022-1",
"awardID": "018358-2022-1",
"title": "Managed Solution framework",
"status": "active",
"value": {
"amount": 230000000,
"currency": "GBP"
},
"dateSigned": "2022-06-08T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}