Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Emergency Services Network (ESN) Lot 2 Mobile Services — Contract Variation Award

  • First published: 30 August 2019
  • Last modified: 30 August 2019
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Home Office (Secretary of State for the Home Department)
Authority ID:
AA28569
Publication date:
30 August 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Under the existing ESN Lot 3 contract, the main services provided by EE (remaining the same following variation) comprise these key elements:

— provision of mobile network coverage, capable of supporting the PSCS,

— supply, installation and maintenance of radio equipment to enable coverage in an extended area,

— provision of ESN and critical mobile communications services,

— technical interfaces,

— manage availability and capacity across the ESN mobile network,

— support services,

— a capability to deliver enhanced ESN coverage, and

— testing of mobile devices ESN.

Key aspects of the variation:

— contract period to be extended. Its original term is due to expire on 8.12.2021 (or, insofar as extension options in the original contract are exercised, on 8.12.2022). The variation will extend the term to Dec 2024 in order to provide a network capable of supporting the new technology throughout the period for ‘rollout’ of the ESN solution to end users (from approximately Sept 2020 to Dec 2022), and for a relatively short period thereafter to enable stabilisation of the ESN solution, and preparation for transition to any new provider,

— a new payment structure whereby EE will be paid for delivery of the network on the basis that it is materially completed; but any infrastructure which is not completed by the milestone date results in payment abatements,

— a new methodology which sets out the process and approach to identification of any ‘gaps’ in the network and EE’s obligation to fix gaps,

— the testing approach and timetable will be amended to be incremental rather than 'big bang' to align with the delivery of the ‘Kodiak’ push-to-talk application,

— the transition of users onto the EE network will be phased over a 27-month period commencing in Sept 2020,

— additional product and testing services to be provided by EE shall be paid for and ordered by the authority to support changes in the Lot 2 contract (e.g. Wave 7 000 to Kodiak),

— joint commitment to build an engineering plan for evolving the ESN core network and IP Multimedia subsystem (‘IMS’) (a new standardised and virtualised core network). EE is to have a unilateral right of termination in the event that the ESN programme does not move to an IMS-hosted core,

— historic disputes and claims between the Home Office and EE will be settled.

The value of the Lot 3 ESN contract when originally procured was 735 800 000 GBP (‘m’). Pursuant to other developments or changes in the contract over its lifetime, its current value, prior to the amendments described herein, was 675 600 000 GBP at the time of the heads of terms. Following the amendments described herein, its total value over the lifetime of the contract will be to 895 700 000 GBP, and its prospective value from the date of amendment will be 681 400 000 GBP.

The increase in value of 220 100 000 GBP from the 675 600 000 GBP figure to 895 700 000 GBP is made up of:

— the extension to the contract term 216 000 000 GBP,

— an extra 20 000 000 GBP in ROM costs associated with moving to an incremental delivery model, less

— 15 900 000 GBP in reduced charges due to delayed roll out.

The need for these changes is because the ESN project is delayed. It is necessary to extend the Lot 3 contract, which would otherwise expire during (or at best very shortly after) the ESN rollout period (from Sept 2020 to Dec 2022); otherwise, there would be a change of network provider during the critical rollout period, or a high risk of a change of provider during the critical rollout period; or, at best, a change of provider during the important period of stabilisation immediately following rollout. Other changes reflect changes to the Lot 2 contract (‘incremental’ rollout will mean at least some users being provided with an ESN solution earlier than they would with a ‘big bang’ rollout; mitigating the delays; an

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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: https://www.gov.uk/government/organisations/home-office

I.2) Joint procurement

The contract is awarded by a central purchasing body

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

Emergency Services Network (ESN) Lot 2 Mobile Services — Contract Variation Award

Reference number: C9264

II.1.2) Main CPV code

64200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

In December 2015, following an OJEU advertisement (2014/S 077-133654), the Home Office concluded ‘the ESN Lot 3 contract’ with EE Ltd (‘EE’), for the development and provision of a 4G network, as part of the emergency services network (‘ESN’) project. ESN will be used by organisations (including the emergency services) requiring a public safety communications solution (‘PSCS’). ESN will replace ‘Airwave’, which uses old technology and is costly. The new solution will provide ‘push to talk’ functionality and new data services.

The Lot 3 services will provide the network for the push-to-talk and data solution provided by ESN’s Lot 2 provider. The Lot 3 network will utilise a network provider’s existing mobile network, but also bespoke services, including special ‘coverage’ (e.g. in tunnels and remote locations) and specific services (e.g. priority over other network traffic, high availability, security protections and integration with the Lot 2 solution and end-user devices.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 681 400 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

32000000

32523000

45232332

45314000

48200000

50312300

50312600

50330000

50334400

51000000

64212000

64225000

72000000

72253000

72253200

72315000

72318000

72322000

98110000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Under the existing ESN Lot 3 contract, the main services provided by EE (remaining the same following variation) comprise these key elements:

— provision of mobile network coverage, capable of supporting the PSCS,

— supply, installation and maintenance of radio equipment to enable coverage in an extended area,

— provision of ESN and critical mobile communications services,

— technical interfaces,

— manage availability and capacity across the ESN mobile network,

— support services,

— a capability to deliver enhanced ESN coverage, and

— testing of mobile devices ESN.

Key aspects of the variation:

— contract period to be extended. Its original term is due to expire on 8.12.2021 (or, insofar as extension options in the original contract are exercised, on 8.12.2022). The variation will extend the term to Dec 2024 in order to provide a network capable of supporting the new technology throughout the period for ‘rollout’ of the ESN solution to end users (from approximately Sept 2020 to Dec 2022), and for a relatively short period thereafter to enable stabilisation of the ESN solution, and preparation for transition to any new provider,

— a new payment structure whereby EE will be paid for delivery of the network on the basis that it is materially completed; but any infrastructure which is not completed by the milestone date results in payment abatements,

— a new methodology which sets out the process and approach to identification of any ‘gaps’ in the network and EE’s obligation to fix gaps,

— the testing approach and timetable will be amended to be incremental rather than 'big bang' to align with the delivery of the ‘Kodiak’ push-to-talk application,

— the transition of users onto the EE network will be phased over a 27-month period commencing in Sept 2020,

— additional product and testing services to be provided by EE shall be paid for and ordered by the authority to support changes in the Lot 2 contract (e.g. Wave 7 000 to Kodiak),

— joint commitment to build an engineering plan for evolving the ESN core network and IP Multimedia subsystem (‘IMS’) (a new standardised and virtualised core network). EE is to have a unilateral right of termination in the event that the ESN programme does not move to an IMS-hosted core,

— historic disputes and claims between the Home Office and EE will be settled.

The value of the Lot 3 ESN contract when originally procured was 735 800 000 GBP (‘m’). Pursuant to other developments or changes in the contract over its lifetime, its current value, prior to the amendments described herein, was 675 600 000 GBP at the time of the heads of terms. Following the amendments described herein, its total value over the lifetime of the contract will be to 895 700 000 GBP, and its prospective value from the date of amendment will be 681 400 000 GBP.

The increase in value of 220 100 000 GBP from the 675 600 000 GBP figure to 895 700 000 GBP is made up of:

— the extension to the contract term 216 000 000 GBP,

— an extra 20 000 000 GBP in ROM costs associated with moving to an incremental delivery model, less

— 15 900 000 GBP in reduced charges due to delayed roll out.

The need for these changes is because the ESN project is delayed. It is necessary to extend the Lot 3 contract, which would otherwise expire during (or at best very shortly after) the ESN rollout period (from Sept 2020 to Dec 2022); otherwise, there would be a change of network provider during the critical rollout period, or a high risk of a change of provider during the critical rollout period; or, at best, a change of provider during the important period of stabilisation immediately following rollout. Other changes reflect changes to the Lot 2 contract (‘incremental’ rollout will mean at least some users being provided with an ESN solution earlier than they would with a ‘big bang’ rollout; mitigating the delays; and Lot 3 will now need to accommodate the new ‘Kodiak' solution from Lot 2) and refinement of the Home Office’s requirements.

II.2.5) Award criteria

Quality criterion: Service and technical delivery, performance and risk / Weighting: 45

Cost criterion: Overall cost effectiveness / Weighting: 55

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

Explanation

This is a modification of a contract via a new procurement procedure pursuant to paragraph 5 of Article 72 of Directive 2014/24/EU.

The new procurement procedure is the negotiated procedure without prior publication, under Article 32.

Having taken specialist legal advice, the authority's view is that reliance on Regulation 32 is justified because the services being procured under the modified contract can be provided only by EE because competition is absent for technical reasons.

The services required by the Home Office consist of the network services needed for a full rollout of the ESN solution as soon as reasonably possible (to transition away from, and avoid the high costs of, Airwave and to improve end users' PSCS).

If the Home Office continues to use EE as its Lot 3 provider then it expects that availability of a fully functional solution (known as ‘prime’ availability) will be ready for the start of rollout to end users in around September 2020. Rollout is scheduled to require approximately 27 months thereafter, such that it will be complete by around December 2022, and Airwave can be switched off in December 2022 (with the high costs of Airwave therefore ending at that point).

The Home Office is therefore procuring Lot 3 services which will enable the commencement of rollout in around September 2020, and the completion of rollout in around December 2022. Only EE is able to supply such services. There is no realistic prospect of a new Lot 3 provider being in position to facilitate a ‘prime’ date as early as September 2020. The Home Office estimates that it would take 3 years to procure through a fresh competition a signed contract with a new provider for a contract as large and complex as this one; and that it would then take the new provider a further 2 years to build the requisite coverage and network solution (whereas EE has already made very substantial technical progress in building these). On that timetable, for technical reasons (i.e. the need to build requisite coverage and the network solution), a new provider could not reach ‘prime’ until mid-2024, i.e. almost 4 years later than with EE. Even if it were somehow possible for a new provider to start providing Lot 3 services earlier than that, it would certainly be unable to do so before the start of the ‘rollout’ period in September 2020; and any transition to a new provider during the ‘rollout’ period, or during stabilisation, would make no sense (for example, making delivery risks unacceptably high, and requiring a challenging, expensive and probably unreliable interface between EE’s ESN network and the new provider’s ESN network), especially in the context of critical national infrastructure which must be wholly reliable.

The Home Office has therefore concluded that a switch to a new Lot 3 provider would delay the ESN project by approximately 4 years, in that it would delay the start of rollout to mid-2024, as compared with a current planned date with EE of September 2020; and delay the completion of rollout to late 2026, as compared with a current planned date of December 2022. The Home Office forecasts that, aside from delaying the rollout of important new functionality to end users in the emergency services, this delay would have a financial cost (principally because of the high cost of Airwave Services, which cannot be switched off until ESN is fully rolled out) of in excess of 1 600 000 000 GBP.

Therefore, for technical reasons (ultimately, the requirement for any new provider to build the requisite coverage and network solution), the Home Office is procuring services (namely, a network solution and coverage which enable the start of rollout by September 2020) which only EE can provide.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 140-345862

Section V: Award of contract

Lot No: 3

Contract No: C9264

Title: Emergency Services Network (ESN) Lot 3 — Mobile Services — Contract Variation Award

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/07/2019

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

EE Ltd

Trident Place, Mosquito Way

Hatfield

AL10 9BW

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 681 400 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 10 %

Short description of the part of the contract to be subcontracted:

The Services include various specialist technical activities. EE have declared their intention to sub-let some of these elements to relevant specialists. It is intended that these sub-contracted Services account for in the region of 10 % of the total contract value.

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

N/a

London

UK

VI.5) Date of dispatch of this notice

28/08/2019

Coding

Commodity categories

ID Title Parent category
64225000 Air-to-ground telecommunications services Telecommunication services except telephone and data transmission services
45232332 Ancillary works for telecommunications Ancillary works for pipelines and cables
50334400 Communications system maintenance services Repair and maintenance services of line telephony and line telegraphy equipment
72322000 Data management services Database services
72315000 Data network management and support services Data-processing services
72318000 Data transmission services Data-processing services
72253000 Helpdesk and support services System and support services
45314000 Installation of telecommunications equipment Electrical installation work
51000000 Installation services (except software) Other Services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
50312300 Maintenance and repair of data network equipment Maintenance and repair of computer equipment
50312600 Maintenance and repair of information technology equipment Maintenance and repair of computer equipment
50330000 Maintenance services of telecommunications equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
64212000 Mobile-telephone services Telephone and data transmission services
48200000 Networking, Internet and intranet software package Software package and information systems
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
98110000 Services furnished by business, professional and specialist organisations Membership organisation services
72253200 Systems support services Helpdesk and support services
32523000 Telecommunications facilities Telecommunications cable and equipment
64200000 Telecommunications services Postal and telecommunications services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
esmcpsupplier@homeoffice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.