Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The Home Office — Digital, Data and Technology — Emergency Services Mobile Communications Programme (ESMCP)
  Clive House, 3rd Floor, 70 Petty France
  London
  SW1H 9EX
  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.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.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.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
The Provision of LTE Vehicle Devices and Accessories for ESN
II.1.2) Main CPV code
  32500000
 
  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 procurement is for the provision of LTE Vehicle Devices and Accessories required by User Organisations to access the ESN. The procurement seeks to establish a framework agreement that can be used by the police, fire, ambulance and related other Home Office/non-Home Office enforcement services and other organisations who have a requirement to make use of the services to be delivered by the ESN network. The framework agreement will be for the development and supply of LTE Vehicle Devices, including the provision of pre-production devices and the supply of associated accessories and service management services incorporating helpdesk provision, warranty, returns and repairs.
  II.1.5) Estimated total value
  Value excluding VAT: 
			140 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    32500000
    32522000
    32581000
    45232332
    50330000
    64212000
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    The Authority is undertaking this tender exercise to appoint suitably capable and experienced providers of LTE Vehicle Devices and Accessories. This opportunity is restricted to those suppliers who are able to demonstrate their capability and experience to provide LTE Vehicle Devices and accessories within the required programme timescales, including a functional Proof of Concept (POC) device to be evaluated as part of the ITT stage.
    The Framework Agreement will appoint up to 3 suppliers to deliver the LTE Vehicle Devices, related Accessories and to provide support services (e.g. repair, warranty services and software and firmware updates). Devices that will be supplied resulting from this procurement will need to have achieved Network Approval Testing Service (“NATS”) and User Device Type Approval Service (“UDTAS”) accreditation as part of the requirements to utilise LTE Vehicle Devices on the ESN network. NATS and UDTAS are explained in the documents included in the data room, further explained in the tender documents. 
    
The awarded framework agreement will be available for call off for a 36-month period, plus the option for the Authority to extend for a further period or periods of not more than 12 months and not less than 1 month, provided that the Expiry Date shall not fall more than one year after the Initial Framework Period Expiry Date. 
    The Framework will supply:
    i. Product Development — The initial deliverable under this contract will be for the Supplier to develop the LTE Vehicle Devices in accordance with the requirements as set out in the ITT and incorporated into the Framework Agreement. The Product Development phase will include discrete milestones that include PSCS Application software integration, accreditation and testing and final sign off of production Devices;
    ii. Pre-Production Vehicle Devices for Operational Trials “Trials” — The Authority will require a number of production-standard LTE Vehicle Devices for use in operational trials (the “Pre-production Devices”). These are to be supplied in a quantity to be determined by the Authority of up to 300 units. The order for Pre-Production LTE Vehicle Devices will be made by the Authority under the terms of the Call Off Procedure in the framework agreement;
    iii. LTE Vehicle Devices for User Organisations — On completion of the LTE Vehicle Device Testing, the Authority will enable User Organisations to call off production-standard LTE Vehicle Devices for their own use on the ESN network. Orders will be made by the User Organisations during the term of the framework agreement subject to the Call Off Procedure in the Framework Agreement;
    iv. Accessories Catalogue — The supply of COTS accessories and ancillary devices which are to be used with the LTE Vehicle Device and may be used with other devices within the ESN network. This catalogue of Accessories is required by the Authority for Trials and by User Organisations for their call off of production Devices from the Call Off Ordering Commencement Date;
    v. Services — Additional support, standard and extended warranty services which may be required. This will include returns, repairs, updates (software and firmware) and any extended warranty services which may be required.
    
The services are primarily intended for use by the following public-sector bodies in England, Scotland and Wales (as defined in the Public Contracts Regulations 2015):
    — the Metropolitan Police Authority,
    — Police and Crime Commissioners/Police Authorities, (www.police.uk/forces),
    
— the Greater London Authority (or a functional body within the meaning of the Greater London Authority Act 1999),
    — fire authorities, fire and rescue authorities https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
    See Additional Information section for further information on other potential User Organisations.
    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: 36
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Potential for renewals of up to a total of a further 12 months after the initial 36-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.1.2) 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
  
                        Restricted procedure
                        
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  The procurement involves the establishment of a framework agreement with several operators.
  
                            Envisaged maximum number of participants to the framework agreement: 3
  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:
  2017/S 150-310041
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              14/05/2019
  
                Local time: 15:00
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              01/04/2019
  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:
                14/11/2019
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Economic operators should note that due to the sensitive nature of some of the procurement documentation, certain conditions of confidentiality are required to be signed up to by suppliers before being given access to the SQ/ITT documents. Therefore Expressions of Interest to participate in this procurement should be made by e-mailing ESMCPSupplier@homeoffice.gov.uk in the first instance.
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 Event 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 online 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 (8:00 to 18:00) GMT on:
(a) e-mail help@bravosolution.co.uk or
(b) telephone +44 8003684850.
Other potential User Organisations (see previous) are as follows:
All UK public sector bodies (as defined in the Public Contracts Regulations 2015) with a public safety, crime prevention or security remit, including, but not limited to:
— Ambulance trusts/ambulance services,
— Non Departmental Public Bodies (NDPBs) (https://www.gov.uk/government/organisations),
— NHS bodies (i.e. NHS England, NHS Trusts, NHS Foundation Trusts and other NHS organisations including NHS Scotland and its organisations and Special NHS Boards in Scotland) (http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx
https://www.gov.uk/government/publications/nhs-foundation-trust-directory/nhs-foundation-trust-directory
http://www.wales.nhs.uk/catorgs.cfm#1
http://www.scotland.gov.uk/Topics/ealth/NHS-Scotland/Boards)
— Local Authorities (a list of such authorities can be found at: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/index.htm
https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/social-media/go-further/a-z-councils-online).
This includes all territorial and specialist police forces in England, Wales, and Scotland, including National Crime Agency, College of Policing and other law enforcement agencies.
In addition, the services may be made available to transport operators, utility operators, and charities that interact with public safety bodies.
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
09/04/2019