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

TETRA Airwave Terminal Products and Services (TETRA 2022)

  • First published: 07 June 2022
  • Last modified: 07 June 2022
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-030b2c
Published by:
Police Digital Service
Authority ID:
AA80627
Publication date:
07 June 2022
Deadline date:
15 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Police Digital Service (PDS), on behalf of UK Airwave user organisations, is undertaking a tender exercise to appoint suitably capable and experienced providers of Terrestrial Trunked Radio (TETRA) Encryption Algorithm 2 (TEA2) compatible radio devices (handheld, desktop and mobile terminals), software, accessories, services and maintenance for use on the UK Airwave system. Due to the need for TETRA devices to operate on Airwave infrastructure, this opportunity is restricted to those suppliers who are able to demonstrate (or can commit to obtain within 12 months from the Framework commencement) capability and experience to provide devices of the type. Devices that will be supplied resulting from this procurement will need to have achieved relevant NCSC and Home Office Airwave Lead accreditation as part of the requirements to supply TETRA devices and equipment on the UK Airwave system.

The awarded contract(s) will be for a duration of 48 months, aligned to Airwave Shutdown (ASD) currently scheduled for 2026, plus the option for PDS to extend for a period up to a maximum of 12 months and will supply:

- TETRA Airwave TEA2 terminals (handheld, desktop and mobile), accessories and peripheral equipment, systems and services (including Key Management Facility (KMF) crypto systems to programme keys on the Airwave network) for use exclusively on the UK Airwave system.

- TETRA Airwave TEA2 product and or service add-ons such as feature enablement, radio configuration, extended warranty, device as a service, field services, life cycle management and managed disposal services, etc.) for use on the UK Airwave system.

- Permitted scope also includes the supply and support of TETRA based certified device-to-device remote speaker microphone (D2D/ RSM) units and accessories to operate on LTE handheld mobile devices on the Emergency Service Network (ESN) and certified hybrid (dual mode) TETRA devices and accessories when purchased for primary use on the UK Airwave system.

Anticipated spend under the Framework Agreement is not expected to exceed GBP 50 million. This is an estimate only, This figure has been calculated on the assumption that the Framework Agreement runs for its maximum possible term, that a number of Call Off Contracts are awarded by Contracting Bodies and the ESN programme meets its published Airwave Shutdown Date (currently 2026). For the avoidance of doubt, PDS gives no warranty or representation as to the value of any Call Off Contract, or the number of Call Off Contracts, if any, which may be awarded.

PDS intends to award the Framework Agreement based on the most economically advantageous tender (MEAT). PDS will not be bound to accept the lowest price or any Tender submitted, but will be evaluating Tenders on the quality and price criteria set forth in the ITT.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Police Digital Service

08113293

20 Gresham Street,

LONDON

EC2V 7JE

UK

Contact person: Kenny Stewart

Telephone: +44 7971031811

E-mail: kenny.stewart@pds.police.uk

NUTS: UK

Internet address(es)

Main address: https://pds.police.uk/

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47834&B=BLUELIGHT


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47834&B=BLUELIGHT


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

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

TETRA Airwave Terminal Products and Services (TETRA 2022)

Reference number: PDSCN-148-2021

II.1.2) Main CPV code

32000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Police Digital Service (PDS) on behalf of UK Airwave users is undertaking a tender exercise to appoint suitably capable and experienced providers (with up to 3 suppliers) of Terrestrial Trunked Radio (TETRA) Encryption Algorithm 2 (TEA2) compatible radio devices (handheld, desktop & mobile terminals), software, accessories, services and maintenance for use on the UK Airwave system. Due to the need for TETRA devices to operate on Airwave infrastructure, this opportunity is restricted to those suppliers who hold (or can commit to obtain within 12 months from the Framework commencement) NCSC/ Airwave Lead Assurer certification to supply devices of the type. This will be for a period of 4 years, aiming to commence mid Sept 2022.

Full details of the PDS requirements are detailed in the ITT and associated documents. Access to these documents is restricted. No bidder will be granted access to these documents without first entering into the PDS Non - Disclosure Agreement.

II.1.5) Estimated total value

Value excluding VAT: 50 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32236000

32260000

32344210

32412000

32418000

32500000

35100000

50000000

50333000

50334400

51300000

51311000

72000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Police Digital Service (PDS), on behalf of UK Airwave user organisations, is undertaking a tender exercise to appoint suitably capable and experienced providers of Terrestrial Trunked Radio (TETRA) Encryption Algorithm 2 (TEA2) compatible radio devices (handheld, desktop and mobile terminals), software, accessories, services and maintenance for use on the UK Airwave system. Due to the need for TETRA devices to operate on Airwave infrastructure, this opportunity is restricted to those suppliers who are able to demonstrate (or can commit to obtain within 12 months from the Framework commencement) capability and experience to provide devices of the type. Devices that will be supplied resulting from this procurement will need to have achieved relevant NCSC and Home Office Airwave Lead accreditation as part of the requirements to supply TETRA devices and equipment on the UK Airwave system.

The awarded contract(s) will be for a duration of 48 months, aligned to Airwave Shutdown (ASD) currently scheduled for 2026, plus the option for PDS to extend for a period up to a maximum of 12 months and will supply:

- TETRA Airwave TEA2 terminals (handheld, desktop and mobile), accessories and peripheral equipment, systems and services (including Key Management Facility (KMF) crypto systems to programme keys on the Airwave network) for use exclusively on the UK Airwave system.

- TETRA Airwave TEA2 product and or service add-ons such as feature enablement, radio configuration, extended warranty, device as a service, field services, life cycle management and managed disposal services, etc.) for use on the UK Airwave system.

- Permitted scope also includes the supply and support of TETRA based certified device-to-device remote speaker microphone (D2D/ RSM) units and accessories to operate on LTE handheld mobile devices on the Emergency Service Network (ESN) and certified hybrid (dual mode) TETRA devices and accessories when purchased for primary use on the UK Airwave system.

Anticipated spend under the Framework Agreement is not expected to exceed GBP 50 million. This is an estimate only, This figure has been calculated on the assumption that the Framework Agreement runs for its maximum possible term, that a number of Call Off Contracts are awarded by Contracting Bodies and the ESN programme meets its published Airwave Shutdown Date (currently 2026). For the avoidance of doubt, PDS gives no warranty or representation as to the value of any Call Off Contract, or the number of Call Off Contracts, if any, which may be awarded.

PDS intends to award the Framework Agreement based on the most economically advantageous tender (MEAT). PDS will not be bound to accept the lowest price or any Tender submitted, but will be evaluating Tenders on the quality and price criteria set forth in the ITT.

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: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial term of the awarded framework agreement shall be 4 years (48 months), with the possibility of a further renewal period of 1 year (12 months).

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

II.2.14) Additional information

The framework is open to a wide range of policing bodies, law enforcement agencies, other Bluelight Services and Airwave User Organisations. Please refer to the ITT and Appendix 3 (Contracting Authorities) for more information.

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

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 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:

2022/S 000-001172

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

Date: 15/07/2022

Local time: 10:00

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 15/07/2022

Local time: 10:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Full details of the Contracting Authority's requirements are detailed in the ITT and associated documents. Access to these documents is restricted. No bidder will be granted access to these documents without first entering into the Contracting Authority's Non-Disclosure Agreement.

VI.4) Procedures for review

VI.4.1) Review body

High Court

7 Rolls Building

London

EC4A 1NL

UK

VI.5) Date of dispatch of this notice

06/06/2022

Coding

Commodity categories

ID Title Parent category
32412000 Communications network Local area network
50334400 Communications system maintenance services Repair and maintenance services of line telephony and line telegraphy equipment
32260000 Data-transmission equipment Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
51300000 Installation services of communications equipment Installation services (except software)
51311000 Installation services of radio equipment Installation services of radio, television, sound and video equipment
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
50333000 Maintenance services of radio-communications equipment Maintenance services of telecommunications equipment
32344210 Radio equipment Reception apparatus for radiotelephony or radiotelegraphy
32418000 Radio network Local area network
32236000 Radio telephones Radio transmission apparatus with reception apparatus
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
50000000 Repair and maintenance services Other Services
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:
kenny.stewart@pds.police.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.