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
VI.4.2) Body responsible for mediation procedures
VI.4.4) Service from which information about the review procedure may be obtained
VI.5) Date of dispatch of this notice
02/05/2019