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 Notice

Provision of Aircraft Communication System Devices for ESN

  • First published: 11 December 2018
  • Last modified: 11 December 2018
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Home Office (Secretary of State for the Home Department)
Authority ID:
AA28569
Publication date:
11 December 2018
Deadline date:
01 March 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The ACS Procurement will provide the goods and services for the air-to-ground device. Full details are contained within the ITT and schedules. There is a commitment to provide 66 devices with potential to increase this to 103 devices.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Home Office — Emergency Services Mobile Communications Programme (ESMCP)

2 Marsham Street

London

SW1P 4DF

UK

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

I.1) Name and addresses

The Welsh Ministers acting through the Welsh Government

Cathays Park

Cardiff

CF10 3NQ

UK

E-mail: ESMCPSupplier@homeoffice.gsi.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

London

SW1A 2NS

UK

E-mail: ESMCPSupplier@homeoffice.gsi.gov.uk

NUTS: UK

Internet address(es)

Main address: 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.gsi.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 Communication System Devices for ESN

II.1.2) Main CPV code

32000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

ESMCP is delivering the Emergency Services Network (ESN), a secure, 4G critical voice and data communications service using an enhanced commercial LTE network configured to give priority access for the 3 emergency services (3ES).

This ACS Procurement forms part of the ESMCP and is responsible for delivering the services and associated equipment to deliver the devices for the air-to-ground capability, approved for use on the ESN. There is potential to include satellite technology in the future to complement this capability.

This procurement is to establish a Framework Agreement that the Authority and nominated ESN User Organisations (UOs) can use to procure the required goods and services for use on the ESN. The Framework Agreement will comprise of a single supplier for 10 years with the option to extend for up to an additional 5 years.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32344210

32500000

32522000

32581000

50312310

50333000

64225000

79421000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The ACS Procurement will provide the goods and services for the air-to-ground device. Full details are contained within the ITT and schedules. There is a commitment to provide 66 devices with potential to increase this to 103 devices.

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: 100 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: Yes

Description of renewals:

Potential for renewals of up to a total of a further 60 months after the initial 120 month period.

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:

Hold relevant EASA approvals for the design, manufacture, service, support and repair of avionic devices including EASA Part 21 G (POA), EASA Part 21 J/O (A-DOA) for design and production of ETSO items and EASA Part 145 (MOA) for the service, support, repair and maintenance of the required avionic system.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: Due to the expected timescale, and the long lifecycle of Aircraft and their components, any framework of 4 years or shorter is not considered to be of interest or financially viable for potential suppliers. As a result it is considered that offering an agreement of 4 years or shorter would limit the competition significantly.

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:

2018/S 174-394619

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/03/2019

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: 27/09/2019

IV.2.7) Conditions for opening of tenders

Date: 01/03/2019

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

10-15 years.

VI.3) Additional information

Economic operators shall note the following:

The procurement has been launched subject to final governance approval.

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.

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 Provision of Aircraft Communication System Devices for ESN” 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 (0800 to 1800) GMT on:

(a) email help@bravosolution.co.uk or

(b) telephone +44 800 368 4850.

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.gsi.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.gsi.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.gsi.gov.uk

VI.5) Date of dispatch of this notice

06/12/2018

Coding

Commodity categories

ID Title Parent category
64225000 Air-to-ground telecommunications services Telecommunication services except telephone and data transmission services
32581000 Data-communications equipment Data equipment
50312310 Maintenance of data network equipment Maintenance and repair of computer equipment
50333000 Maintenance services of radio-communications equipment Maintenance services of telecommunications equipment
79421000 Project-management services other than for construction work Management-related services
32344210 Radio equipment Reception apparatus for radiotelephony or radiotelegraphy
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
32522000 Telecommunications equipment Telecommunications cable and equipment
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment

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.