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.

VEAT

Emergency Services Network (ESN) — Lot 2 User Services — Contract Variation

  • First published: 06 May 2019
  • Last modified: 06 May 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:
06 May 2019
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Under the existing contract, the main services provided by Motorola are: design of the application; interconnection with the mobile network services procured by the home office from a network provider under the “ESN Lot 3” contract; user service/profile management; device management (provision of SIM cards, etc); customer support and service management (capacity planning, availability planning, etc).

The existing contract with Motorola is to be varied as follows.

— the contract period is to be extended. Its original term is due to expire, insofar as extension options in the original contract are exercised, on 8.12.2023. The variation will extend the term to December 2024 in order to fully rollout the solution to the users and to avoid the risk of impacting on the benefits of the service to the users,

— Motorola's solution will now include its off-the-shelf "Kodiak" product,

— the delivery approach and timetable will be amended to be incremental (rather than "big-bang") and the payment profile will be aligned to this to incentivise delivery,

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

The total value of the contract will be 401 000 000 GBP which is an increase from the previous 319 000 000 GBP which includes the original OJEU value of 294 000 000 GBP and 25 000 000 GBP of previously agreed changes.

The increase is made up as follows:

— 44 000 000 GBP for the additional 1 years extension of the contract,

— 12 000 000 GBP enhanced support to the Kodiak product; and

— 26 000 000 GBP for additional capability to enable delivery e.g. additional hardware for tesing.

The value of the contract payable after the variation has been concluded is 297 000 000 GBP.

The need for these changes has arisen because the ESN project is delayed and therefore changes are required to the delivery timetable. Further the change from Wave 7 000 to the already working Kodiak product de-risks delivery and enables the programme to move to a standardised solution faster. The incremental approach enables user benefit to be achieved earlier than under a “big bang” rollout. The Home Office needs to secure delivery of an ESN solution as early as it reasonably can, both to avoid high ongoing costs of the Airwave service which ESN will replace; and to provide end users with more modern and advanced functionality. The Home Office considers this variation represents the best option for securing delivery as early as possible.

Full notice text

Voluntary ex ante transparency notice

Directive 2014/24/EU

Section I: Contracting entity

I.1) Name and addresses

The Secretary of State for the Home Department

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.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 User Services — Contract Variation

Reference number: C9284

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

In December 2015, following advertisement of the contract in the OJEU (on 18.4.2014, reference 2014/S 077-133654), the home office entered into a contract (“the ESN Lot 2 contract") with Motorola Solutions UK Ltd (“Motorola”) for the development and roll-out of a Public Safety Communications Solution (“PSCS”) application which is to be installed on users’ mobile devices, as part of the Home Office’s ESN project. The solution is to be used by emergency services staff. It is to replace the UK’s current “Airwave” PSCS, which uses old technology and is costly. The new solution will provide (amongst other things) “push to talk” functionality and new data services over an existing mobile network (on a prioritised basis).

This notice relates to an intended variation to the original contract (see Section II.2.4 below for a description of the variation).

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 297 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

32500000

32523000

32524000

45232332

48200000

48444100

50312600

50324100

50330000

50334400

64212000

64225000

71243000

72246000

72253000

72253100

72253200

72254000

72254100

72260000

72261000

72262000

72263000

72267200

72268000

72315000

72318000

72322000

72400000

79342300

79512000

79980000

79990000

80511000

92210000

92217000

92312212

98110000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Under the existing contract, the main services provided by Motorola are: design of the application; interconnection with the mobile network services procured by the home office from a network provider under the “ESN Lot 3” contract; user service/profile management; device management (provision of SIM cards, etc); customer support and service management (capacity planning, availability planning, etc).

The existing contract with Motorola is to be varied as follows.

— the contract period is to be extended. Its original term is due to expire, insofar as extension options in the original contract are exercised, on 8.12.2023. The variation will extend the term to December 2024 in order to fully rollout the solution to the users and to avoid the risk of impacting on the benefits of the service to the users,

— Motorola's solution will now include its off-the-shelf "Kodiak" product,

— the delivery approach and timetable will be amended to be incremental (rather than "big-bang") and the payment profile will be aligned to this to incentivise delivery,

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

The total value of the contract will be 401 000 000 GBP which is an increase from the previous 319 000 000 GBP which includes the original OJEU value of 294 000 000 GBP and 25 000 000 GBP of previously agreed changes.

The increase is made up as follows:

— 44 000 000 GBP for the additional 1 years extension of the contract,

— 12 000 000 GBP enhanced support to the Kodiak product; and

— 26 000 000 GBP for additional capability to enable delivery e.g. additional hardware for tesing.

The value of the contract payable after the variation has been concluded is 297 000 000 GBP.

The need for these changes has arisen because the ESN project is delayed and therefore changes are required to the delivery timetable. Further the change from Wave 7 000 to the already working Kodiak product de-risks delivery and enables the programme to move to a standardised solution faster. The incremental approach enables user benefit to be achieved earlier than under a “big bang” rollout. The Home Office needs to secure delivery of an ESN solution as early as it reasonably can, both to avoid high ongoing costs of the Airwave service which ESN will replace; and to provide end users with more modern and advanced functionality. The Home Office considers this variation represents the best option for securing delivery as early as possible.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service and technical / Weighting: 70

Cost criterion: Overall cost effectiveness / Weighting: 30

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

Negotiated procedure without prior publication

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 22014/24/EU.

The new procurement procedure is the negotiated procedure without prior publication, under Article 32, which is justified because the services being procured under the modified contract can be provided only by Motorola because competition is absent for technical reasons.

The services required by the Home Office consist of the 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). The soonest that a full rollout could reasonably be achieved is by around December 2022. The home office is therefore procuring services which include the development and full rollout of an ESN solution by around December 2022 (along with a necessary contractual period thereafter, to facilitate transition to a new provider). Only Motorola can provide such services within that timeframe. This absence of competition is for technical reasons: Motorola has made substantial progress in the development of a technical solution, and any alternative provider would require time to “catch up”; a change to a new provider would require the migration of technical infrastructure from Motorola to the new provider, causing further delay; the technical interface between Airwave and ESN is owned by Motorola (and Airwave-ESN interworking will be required to facilitate the transition from ESN to Airwave, and to avoid users having to carry both Airwave and ESN devices, and/or have unsatisfactory “work-arounds” in their control rooms); and the Home Office may be unable to sub-license essential software to a new provider.

There is no reasonable alternative to procuring these services from Motorola: the home office’s assessment is that, were it to use a different provider for all of these services, full rollout would be delayed by approximately 5 years (including the time needed to procure a new provider). Such delay would (principally because of Airwave’s high cost) cost the home office approximately 2 6000 000 000 GBP (full termination). Alternatively, were the home office to continue to use Motorola’s Kodiak solution but switch to a new provider for the Lot 2 “service wrap” around that solution, then it estimates that this would cause a delay of just over 2 years, at a cost of approximately 1 100 000 000 GBP (partial termination). These figures take account the fact that switching to a new provider would be likely to mean that the home office has not only to pay the new provider for the services, but also covers likely additional legal costs and contractual disputes.

The context for these points is that the PSCS is critical national infrastructure.

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:

2014/S 077-133654

Section V: Award of contract/concession

Lot No: 2

Contract No: C9284

Title: Emergency Services Network (ESN) — Lot 2 User Services — Contract Variation

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

02/05/2019

V.2.2) Information about tenders

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

V.2.3) Name and address of the contractor

Motorola Solutions UK Ltd

00912182

Nova South, Victoria Street

London

SW1E 5LB

UK

NUTS: UK

Internet address(es)

URL: www.motorolasolutions.com

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Initial estimated total value of the contract/lot/concession: 297 000 000.00 GBP

Total value of the concession/lot: 297 000 000.00  GBP

V.2.5) Information about subcontracting

The contract/concession is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 20 %

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

The services include various specialist technical activities such as billing systems and cyber and digital resilience services. Motorola have declared their intention to sub-let some of these elements to relevant specialists. It is anticipated that these sub-contracted services account for in the region of 20 % of the total contract value.

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

N/a

N/a

UK

VI.4.2) Body responsible for mediation procedures

N/a

N/a

UK

VI.4.4) Service from which information about the review procedure may be obtained

N/a

N/a

UK

VI.5) Date of dispatch of this notice

02/05/2019

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
48444100 Billing system Accounting system
79512000 Call centre Telephone-answering services
50334400 Communications system maintenance services Repair and maintenance services of line telephony and line telegraphy equipment
79342300 Customer services Marketing services
72322000 Data management services Database services
72315000 Data network management and support services Data-processing services
72318000 Data transmission services Data-processing services
71243000 Draft plans (systems and integration) Architectural, engineering and planning services
92217000 General Mobile Radio Services/Family Radio Services (GMRS/FRS) Radio services
72253000 Helpdesk and support services System and support services
72253100 Helpdesk services Helpdesk and support services
72400000 Internet services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
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
79990000 Miscellaneous business-related services Miscellaneous business and business-related services
64212000 Mobile-telephone services Telephone and data transmission services
48200000 Networking, Internet and intranet software package Software package and information systems
92210000 Radio services Radio and television services
72267200 Repair of information technology software Software maintenance and repair services
98110000 Services furnished by business, professional and specialist organisations Membership organisation services
92312212 Services related to the preparation of training manuals Artistic services
72262000 Software development services Software-related services
72263000 Software implementation services Software-related services
72268000 Software supply services Software-related services
72261000 Software support services Software-related services
72254000 Software testing System and support services
72260000 Software-related services Software programming and consultancy services
80511000 Staff training services Specialist training services
79980000 Subscription services Miscellaneous business and business-related services
50324100 System maintenance services Support services of personal computers
72246000 Systems consultancy services Systems analysis and programming services
72253200 Systems support services Helpdesk and support services
72254100 Systems testing services Software testing
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
32523000 Telecommunications facilities Telecommunications cable and equipment
32524000 Telecommunications system Telecommunications cable and 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.