Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Secretary of State for the Home Department — Emergency Services Mobile Communications Programme (ESMCP)
3rd Floor, Clive House, 70 Petty France
London
SW1H 9EX
UK
Contact person: ESMCP Commercial Team
E-mail: ESMCPSupplier@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: www.gov.uk/government/organisations/home-office
Address of the buyer profile: www.esn.bravosolution.co.uk
I.1) Name and addresses
The Scottish Ministers acting through the Scottish Government, Safer Communities Directorate
Area 1R, St. Andrews House, Regent Road
Edinburgh
EH1 3DG
UK
E-mail: ESMCPSupplier@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: www.esn.bravosolution.co.uk
I.1) Name and addresses
Secretary of State for Health and Social Care, Department of Health and Social Care
Richmond House, 79 Whitehall
SW1A 2NS
UK
E-mail: ESMCPSupplier@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: www.esn.bravosolution.co.uk
I.1) Name and addresses
The Welsh Ministers acting through the Welsh Government
Cathays Park
Cardiff
CF10 3NQ
UK
E-mail: ESMCPSupplier@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: www.esn.bravosolution.co.uk
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
UK
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://esn.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://esn.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Aircraft Transmitting Portable Electronic Devices (T-PED) Approval Services for ESN
II.1.2) Main CPV code
50211000
II.1.3) Type of contract
Services
II.1.4) Short description
The authority requires the supplier(s) to obtain EASA STC (supplemental type certificate) approval for the operation of T-PEDs (transmitting portable electronic devices) on the following aircraft types during all phases of flight and under all certified flight conditions associated aircraft to be tested and approved for Transmitting portable electronic devices (T-PED). Suppliers can bid for any number of aircraft within this ITT and each aircraft shall be awarded to the most economically advantageous tender (MEAT):
— AS365N2,
— AW169,
— AW109,
— B429,
— BK117C2,
— BK117D2,
— EC135P2/2+,
— EC135T2/2+,
— EC135T3 (non-Helionix),
— EC135T3 (Helionix),
— King Air 200,
— MD902,
— P68R.
II.1.5) Estimated total value
Value excluding VAT:
750 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The TPED approval procurement will provide the services for the emergency services aircraft. Full details are contained within the ITT and agreement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Cost
/ Weighting: 100 %
Price
/ Weighting:
100
II.2.6) Estimated value
Value excluding VAT:
750 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
02/03/2020
End:
30/10/2020
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Bidder must provide a copy of their EASA Part 21J DOA certificate and EASA Part 145 MOA certificate clearly showing the scope of approval.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/09/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
09/12/2019
IV.2.7) Conditions for opening of tenders
Date:
09/09/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Economic operators shall note the following:
Expressions of interest to participate in this procurement should be made by emailing ESMCPSupplier@homeoffice.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 email address.
Once the CLPA, EWA and SAL have been returned and verified by the authority, the supplier will be provided with access to the ‘ITT for the for the provision of aircraft transmitting portable electronic devices (T-PED) approval for emergency services network’ on the Bravo e-Sourcing Portal. If the primary contact and/or organisation is not yet registered on the eSourcing Suite, this can be done on-line at https://esn.bravosolution.co.uk/web/login.html and 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 ITT documentation:
(a) login to the eSourcing portal with your unique username and password;
(b) click on the ‘ITT 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 is a secure area for projects only;
(e) 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.
Responding to the ITT:
(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 ITT, 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 (08.00 to 18.00) GMT on:
(a) email help@bravosolution.co.uk or
(b) telephone +44 8003684850.
VI.4) Procedures for review
VI.4.1) Review body
The Secretary of State for the Home Department
2 Marsham Street
London
SW1P 4DF
UK
E-mail: esmcpsupplier@homeoffice.gov.uk
VI.4.2) Body responsible for mediation procedures
The Secretary of State for the Home Department
2 Marsham Street
London
SW1P 4DF
UK
E-mail: esmcpsupplier@homeoffice.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
The Secretary of State for the Home Department
2 Marsham Street
London
SW1P 4DF
UK
E-mail: esmcpsupplier@homeoffice.gov.uk
VI.5) Date of dispatch of this notice
01/08/2019