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

Provision of a TETRA/ MCX Interworking Gateway Solution for the Emergency Services Network (ESN)

  • First published: 22 May 2024
  • Last modified: 22 May 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-040228
Published by:
Secretary of State for the Home Department
Authority ID:
AA78562
Publication date:
22 May 2024
Deadline date:
05 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Further to a Prior Information Notice (PIN) ref: 2023/S 000-027709 issued on 20 September 2023, the Secretary of State for the Home Department (the Authority) is undertaking this procurement to appoint a suitably capable and experienced provider of a TETRA/ MCX Interworking Gateway Solution for the Emergency Services Network (ESN).

The information previously shared as part of the market engagement activity has now been superseded by the procurement and contract documentation issued in connection with this contract notice. Only the information shared pursuant to this contract notice should be relied upon by suppliers deciding whether to request to participate in this procurement.

The ESN will replace Airwave in the future as the main critical communications system for first responders (Police, Fire and Rescue and Ambulance services) across Great Britain. During transition to ESN, communications between Emergency Service users must be maintained between the existing and future services through a key transitional technical solution described as ”Interworking”. This will allow members of a talk group on the legacy TETRA system to communicate with members of a corresponding communications group on ESN, and vice versa.

This opportunity is to establish a contract for provision of a TETRA/ MCX Interworking Gateway solution for the ESN and will be operated in line with the Competitive Procedure with Negotiation under the Public Contracts Regulations 2015 (Regulations).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Secretary of State for the Home Department

Emergency Services Mobile Communications Programme (ESMCP) Clive House, 70 Petty France

London

SW1H 9EX

UK

Contact person: ESMCP Commercial

E-mail: esmcpsupplier@homeoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/home-office

Address of the buyer profile: https://www.gov.uk/government/publications/the-emergency-services-mobile-communications-programme/emergency-services-network

I.3) Communication

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

https://homeoffice.app.jaggaer.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://homeoffice.app.jaggaer.com/


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

Provision of a TETRA/ MCX Interworking Gateway Solution for the Emergency Services Network (ESN)

Reference number: C24990

II.1.2) Main CPV code

72212211

 

II.1.3) Type of contract

Services

II.1.4) Short description

Further to a Prior Information Notice (PIN) ref: 2023/S 000-027709 issued on 20 September 2023, the Secretary of State for the Home Department (the Authority) is undertaking this procurement to appoint a suitably capable and experienced provider of a TETRA/ MCX Interworking Gateway Solution for the Emergency Services Network (ESN).

The information previously shared as part of the market engagement activity has now been superseded by the procurement and contract documentation issued in connection with this contract notice. Only the information shared pursuant to this contract notice should be relied upon by suppliers deciding whether to request to participate in this procurement.

The ESN will replace Airwave in the future as the main critical communications system for first responders (Police, Fire and Rescue and Ambulance services) across Great Britain. During transition to ESN, communications between Emergency Service users must be maintained between the existing and future services through a key transitional technical solution described as ”Interworking”. This will allow members of a talk group on the legacy TETRA system to communicate with members of a corresponding communications group on ESN, and vice versa.

This opportunity is to establish a contract for provision of a TETRA/ MCX Interworking Gateway solution for the ESN and will be operated in line with the Competitive Procedure with Negotiation under the Public Contracts Regulations 2015 (Regulations).

II.1.5) Estimated total value

Value excluding VAT: 17 100 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72211000

72212100

72212200

72212210

72212215

72212500

72212510

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Further to a Prior Information Notice (PIN) ref: 2023/S 000-027709 issued on 20 September 2023, the Secretary of State for the Home Department (the Authority) is undertaking this procurement to appoint a suitably capable and experienced provider of a TETRA/ MCX Interworking Gateway Solution for the Emergency Services Network (ESN).

The information previously shared as part of the market engagement activity has now been superseded by the procurement and contract documentation issued in connection with this contract notice. Only the information shared pursuant to this contract notice should be relied upon by suppliers deciding whether to request to participate in this procurement.

This opportunity will be operated in line with the Competitive Procedure with Negotiation under the Public Contracts Regulations 2015 (Regulations). The Authority is seeking to appoint a supplier to deliver the Services. The successful supplier needs to be able to meet the Authority's requirements (further detailed in the procurement documentation) and must be capable of delivering the services for an initial contract term of five years from Contract Award.

Following publication of the Contract Notice, the procurement will be structured in the following

successive stages:

The Selection Stage comprising:

. Completion of NDA/EWA documents by Candidates, which allows:

. Access to Selection Questionnaire (SQ) and supporting documentation

. SQ responses submitted by Candidates

. Evaluation and Moderation of SQ responses

. Down-selection of top three compliant responses to Award Stage

. Notification to successful and unsuccessful Candidates.

and

The Award Stage, which comprises the following:

. Invitation to Negotiate (“ITN”) published to Qualified Bidders

. Initial Tender submitted by Bidders

. Evaluation and Moderation of Initial Tenders

. Negotiation meetings

. Invitation to Submit Final Tenders (“ITSFT”) published

. ITSFT Tender submitted by Bidders

. Evaluation and Moderation of ITSFT

. Contract Award

Please note, stages shown are indicative and for further details suppliers should access the procurement

documentation available via the Authority’s e-sourcing portal that provide more information on the

procurement process.

The SQ document is provided on the Authority's e-sourcing portal and will be available to suppliers who sign the Non-Disclosure Agreement (NDA) and Ethical Walls Agreement (please see Section VI.3 below for detail on how to access this). Note the date & time in IV2.2/ IV2.3 relates to SQ closing.

The evaluation panel shall evaluate the SQ responses using selection criteria detailed in the SQ document.

In addition to the Selection Questionnaire, the eSourcing Portal will provide folders containing

(i) the Draft Contract and Schedules (based on the Model Services Contract v2.1)

(ii) a Data Room folder containing relevant background documents and

(iii) the draft Invitation to Negotiate documentation.

This information is provided for information only at the Selection Questionnaire stage.

The Authority reserves the right to change the ITN documentation and that an updated version will go out at the ITN stage for the down-selected Bidders to complete.

To register interest, please e-mail ESMCPSupplier@homeoffice.gov.uk providing the relevant contact details in your organisation and requesting a copy of the NDA/EWA documentation.

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: 17 100 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

Following evaluation of SQ responses, a maximum of up to 3 qualified bidders will be shortlisted and invited to proceed to the next stage of the procurement. This will based on the top 3 highest scoring bidders who have submitted a compliant SQ response, provided that the specified number of qualified bidders is available.

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

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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:

2023/S 000-027709

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

Date: 05/07/2024

Local time: 15:00

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

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

If you are interested in this opportunity you must register for the Home Office e-tendering portal Home Office eSourcing Portal (https://homeoffice.app.jaggaer.com) AND register interest by email via ESMCPSupplier@homeoffice.gov.uk to gain access to a Non-Disclosure and Ethical Walls Agreement which the Authority is utilising pursuant to Regulation 21(3) of the Regulations.

You must complete the NDA & EWA as soon as possible in order to access the eSourcing portal where the Selection Questionnaire and the supporting documents will be available. Note the date & time in IV2.2/ IV2.3 relates to SQ closing.

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

20/05/2024

Coding

Commodity categories

ID Title Parent category
72212500 Communication and multimedia software development services Programming services of application software
72212510 Communication software development services Programming services of application software
72212100 Industry specific software development services Programming services of application software
72212215 Networking developers software development services Programming services of application software
72212210 Networking software development services Programming services of application software
72212200 Networking, Internet and intranet software development services Programming services of application software
72212211 Platform interconnectivity software development services Programming services of application software
72211000 Programming services of systems and user software Programming services of packaged software products

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.