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

Framework Agreement for the Provision of Spectrum Equipment, Ancillaries and Associated Services

  • First published: 01 December 2024
  • Last modified: 01 December 2024
  • 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:
ocds-h6vhtk-047caf
Published by:
OFCOM
Authority ID:
AA20551
Publication date:
01 December 2024
Deadline date:
15 January 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Ofcom is seeking to appoint suppliers to a framework agreement for the provision of spectrum equipment, ancillaries and associated services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

OFCOM

Riverside House, 2a Southwark Bridge Road

London

SE1 9HA

UK

E-mail: procurementnotice@ofcom.org.uk

NUTS: UK

Internet address(es)

Main address: www.ofcom.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://ofcom.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://ofcom.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for the Provision of Spectrum Equipment, Ancillaries and Associated Services

II.1.2) Main CPV code

38433300

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Ofcom is seeking to appoint suppliers to a framework agreement for the provision of spectrum equipment, ancillaries and associated services.

II.1.5) Estimated total value

Value excluding VAT: 3 750 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Portable Network Analysers

II.2.2) Additional CPV code(s)

38433300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

These can be battery operated and easily carried whilst in use. These devices are a vital part of the lab equipment, their primary function is to measure characteristics of antennas, RF components and cables. A network analyser creates a signal and characterises the devices that receive it, such as S-parameters, reflection coefficient, insertion, and return losses. These devices can either be a standalone Network Analyser or a spectrum analyser, that has a hardware addition that provide functionality as a Network Analyser (conforming to the requirements).

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: 2 666 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 2

II.2.1) Title

Handheld Spectrum Analysers

II.2.2) Additional CPV code(s)

38433300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Handheld Spectrum Analysers are used to analyse the frequency spectrum within a specific frequency range. Used primarily in the field for in the detection and characterisation of known signals. Secondary use is identification and characterisation of spurious or unexpected signals. Handheld devices are nominally in the range 3 kg to 5 Kg . Operating in a temperature -10 to +55°C (14 to 131°F).

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: 2 666 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 3

II.2.1) Title

General Purpose Spectrum Analysers

II.2.2) Additional CPV code(s)

38433300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

These Spectrum Analysers are constrained in their top frequencies, analysis bandwidths and noise floor, relative to the most capable Analysers. Although limited in functionality compared to the high specification analysers, they are light weight, and have smaller form factor, convenient for mobile labs and basic lab work. Our work with spectrum analysers falls very roughly into two categories. We have the mainly lab-based work which involves in-depth analysis and recording of many different types of signals, to establish good measurement techniques and results. The second is mainly mobile based, this involves drive testing, antenna characterisation in an open area test site, and monitoring of our own transmissions on and off site, whether that be simple CW or wider band 5G for example.

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: 2 666 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 4

II.2.1) Title

High Specification Spectrum Analysers including RF-IQ Recording

II.2.2) Additional CPV code(s)

38433300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

These Spectrum Analysers are top specification devices designed for the most demanding measurements. They are similar to the Benchtop analysers but will have: a wider frequency range 2Hz to >60GHz, lower phase noise, better sensitivity, faster scan rates and a wider internal analysis bandwidth up to >2GHz that allows for characterisation of the most complex radio systems. They are larger and heavier, designed to focus on top performance with high end processing power and associated cooling. They are less portable, and will use a lot of power during intensive measurements making them less suitable for field measurements.

These spectrum analysers must also have the ability to stream IQ data >1GHz to an associated, compatible recording device.

IQ Recording and playback systems allow the recording of raw IQ data streams at very high bandwidths, this enables the recording of complex signals, and the ability to playback in the lab. The playback maintains out of band emissions of the original signal and can be played back at any frequency. Some record and playback systems are dependent on additional hardware .i.e high specification spectrum analysers and vector signal generators.

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: 2 666 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 5

II.2.1) Title

Broadcast Analysers and Receivers

II.2.2) Additional CPV code(s)

32310000

38433300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

A. Mobile FM Radio Analyser

B. Mobile TV Analyser

C. Wideband Monitoring Receivers

D. Compact Monitoring Receivers

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: 2 666 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 6

II.2.1) Title

Small Form Factor Vector Signal Generators

II.2.2) Additional CPV code(s)

34999100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

A Vector Signal Generator has the ability to be programmed to produce signals to a particular standard (i.e. 3GPP Release 15). Although limited in functionality they are a light weight (devices are nominally in the 5 kg to 15 Kg range), and have small form factor, practical for mobile labs, drone payload and basic lab work.

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: 2 666 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 7

II.2.1) Title

Vector/Signal Generators

II.2.2) Additional CPV code(s)

34999100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

These are high performance signal vector generators, our test requirements are having to develop with or in advance of emerging technologies, requiring; wider bandwidths, higher frequencies and increased system complexity. Capable of high frequency and bandwidth specifications, and capable of producing highly complex waveforms, being able to generate complex wideband signals needed for multi carrier and carrier aggregation applications. They have a large form factor and are suitable only to be deployed in a lab environment. Capable of producing simulated waveforms enabling our devices or systems to be tested using realistic signals with the highest signal integrity.

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: 2 666 000.00  GBP

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

Duration in working days: 48

This contract is subject to renewal: No

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

Lot No: 8

II.2.1) Title

RF Measurements Ancillaries

II.2.2) Additional CPV code(s)

31214100

31224400

31711100

32324310

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

RF Measurements Ancillaries covers a wide variety of small items required to interconnect and set up test and measurement systems, across a wide range of frequencies, building electronic/RF interface/power supply boxes and general laboratory tools and consumables.

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: 167 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 9

II.2.1) Title

Repair and calibration services

II.2.2) Additional CPV code(s)

50433000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Ofcom engineers work on a varied range of projects that require critical and accurate measurements. The equipment we use covers a wide range of frequencies and technologies. We use this high-tech equipment in many varied environments from sensitive, noise minimised screened rooms to mountain peaks during inclement weather conditions. Ofcom works across the whole of the UK including Northern Ireland.

To maintain the level of accuracy in our work, we make sure that our equipment is up-to-date with their calibration and repair. However, since we have a wide range of equipment, our frequency of calibration is not the same for all. Whilst many are calibrated regularly, we also have assets that are only calibrated on demand by projects.

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: 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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.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 several operators.

Envisaged maximum number of participants to the framework agreement: 39

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:

2024/S 000-021286

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

Date: 15/01/2025

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

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 15/01/2025

Local time: 12:00

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.4) Procedures for review

VI.4.1) Review body

Court of Appeal of England and Wales

London

UK

VI.5) Date of dispatch of this notice

27/11/2024

Coding

Commodity categories

ID Title Parent category
50433000 Calibration services Repair and maintenance services of precision equipment
31224400 Connection cables Connections and contact elements
31711100 Electronic components Electronic supplies
32310000 Radio broadcast receivers Television and radio receivers, and sound or video recording or reproducing apparatus
32324310 Satellite antennas Televisions
34999100 Signal generators Signal generators, aerial signal splitters and electroplating machines
38433300 Spectrum analyser Spectrometers
31214100 Switches Switchgear

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:
procurementnotice@ofcom.org.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.