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

Strategic Partner for the Sunderland Smart City 5G Neutral Host

  • First published: 20 November 2020
  • Last modified: 20 November 2020

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)

Contents

Summary

OCID:
Published by:
The Council of the City of Sunderland
Authority ID:
AA73162
Publication date:
20 November 2020
Deadline date:
21 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The objective of the JV is to achieve a ubiquitous 5G Neutral Host across the entire administrative area of SCC. Ubiquitous means high speed, low latency wireless communications with 99 % (by area) outdoor coverage and Low Power Wireless Access Network with 100 % coverage with indoor penetration.

The initial deployment will be for the City Centre/Riverside Sunderland development. The JV will deliver 5G and strategic network infrastructure to accelerate the regeneration of Riverside Sunderland and City Centre. There are opportunities to takeover and expand the existing network at the Nissan site in Sunderland.

Full details of SCC’s requirements are set out in the Specification, which is available via the NEPO portal at www.nepo.org (NEPO Reference: DN467791). The draft Invitation to Participate in Dialogue (ITPD) will be released on the portal during the SQ return period and bidders should monitor the portal to check for its availability.

Full notice text

Concession notice

Section I: Contracting authority/entity

I.1) Name and addresses

The Council of the City of Sunderland

Civic Centre, Burdon Road

Sunderland

SR2 7DN

UK

Contact person: Virginia Ainsley

E-mail: virginia.ainsley@sunderland.gov.uk

NUTS: UKC23

Internet address(es)

Main address: www.sunderland.gov.uk

Address of the buyer profile: www.sunderland.gov.uk

I.3) Communication

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

www.nepo.org


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.nepo.org


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Strategic Partner for the Sunderland Smart City 5G Neutral Host

II.1.2) Main CPV code

64210000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Sunderland City Council (SCC) is seeking a private sector partner (PSP) to co-invest in and form a Joint Venture (JV) to design, build and operate a 5G Neutral Host across the SCC boundary area and adjacent areas. The contract term will be for a period of 20 years. The PSP/JV will be required to recruit customers including Mobile Network Operators (MNOs) and Internet Service Providers (ISPs) to use the Neutral Host and stimulate demand for the use cases and their development. A range of street and network assets will be made available by SCC to the JV to deliver the scheme. SCC provides free public Wi-Fi in certain areas of the City Centre and Roker as well as a series of road sensors. SCC will require the JV to continue to provide and enhance this service. SCC will be able to buy back data services from the JV during the contract term and there will be opportunities for the JV to offer the provision of private networks to industry, 3rd parties and SCC.

Continues in II.2.4 below.

II.1.5) Estimated total value

Value excluding VAT: 80 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

64200000

72000000

32400000

32500000

48200000

48500000

48800000

48960000

72318000

72400000

72710000

72720000

79342000

79342300

79400000

79411100

79413000

79416200

79418000

79420000

79421000

80000000

80300000

II.2.3) Place of performance

NUTS code:

UKC23


Main site or place of performance:

SCC boundaries and potential neighbouring areas.

II.2.4) Description of the procurement

The objective of the JV is to achieve a ubiquitous 5G Neutral Host across the entire administrative area of SCC. Ubiquitous means high speed, low latency wireless communications with 99 % (by area) outdoor coverage and Low Power Wireless Access Network with 100 % coverage with indoor penetration.

The initial deployment will be for the City Centre/Riverside Sunderland development. The JV will deliver 5G and strategic network infrastructure to accelerate the regeneration of Riverside Sunderland and City Centre. There are opportunities to takeover and expand the existing network at the Nissan site in Sunderland.

Full details of SCC’s requirements are set out in the Specification, which is available via the NEPO portal at www.nepo.org (NEPO Reference: DN467791). The draft Invitation to Participate in Dialogue (ITPD) will be released on the portal during the SQ return period and bidders should monitor the portal to check for its availability.

II.2.6) Estimated value

Value excluding VAT: 80 000 000.00  GBP

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

Duration in months: 240

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 estimated value of the opportunity is between GBP 70 million to GBP 80 million over the 20-year term. However, potential returns will depend on many commercial factors including (but not limited to) market conditions. Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity.

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.2.2) Contract performance conditions

The PSP/JV may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply-chain initiatives.

The PSP/JV is expected to contribute to the delivery of social, economic and community objectives including supporting digital education and training programmes (including in collaboration with schools, Further and Higher Education institutions in Sunderland) as well as employment and enterprise support.

The primary focus of the JV will be to deliver a ubiquitous 5G Network across Sunderland over the 20-year JV term. At the end of this term the parties may decide to continue to operate the JV assets in Sunderland. The JV may also pursue other delivery and network opportunities outside of Sunderland, once the SCC area has been built out. The parties will review the future activities of the JV prior to the end of the initial 20-year term.

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.2) Administrative information

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

Date: 21/12/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Expressions of interest applications must be by way of completion and return of the selection questionnaire (SQ) (in accordance with the requirements set out in the SQ by the time limit in Section IV.2.2 above). Economic operators who wish to participate may obtain the SQ and the accompanying procurement documents from the NEPO portal at ‘www.nepoportal.org’, NEPO Reference DN467791. Please note that economic operators will firstly need to register for free through the NEPO portal and obtain log-in details in order to access the documents.

A virtual Market Engagement/Bidders’ Event will be held at 9.30 a.m. on 26 November 2020. Potential bidders are required to e-mail the Authority's named contact, so that a meeting invite can be issued.

VI.4) Procedures for review

VI.4.1) Review body

High Courts of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Regulation 47 (Notice of decision to award a concession contract); Regulation 48 (Standstill period) and Regulation 52 to 63 of the Concession Contracts Regulations 2016 (‘CCR 2016’). Following any decision to award the concession contract, SCC will be providing debriefing information to unsuccessful bidders (in accordance with Regulation 47 CCR 2016) and observe a minimum 10-day standstill period (in accordance with Regulation 48 CCR 2016) before the concession contract is entered into.

Bidders should note that the draft procurement documents made available provide indicative information of SCC’s intended approach in the procurement process and are for general information only. SCC reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.

The Concession Contracts Regulations 2016 (CCR 2016) applies to the competition. SCC intends to follow a process similar to the Competitive Dialogue procedure in the Public Contracts Regulations 2015 (as amended) (PCR 2015). It reserves the right to deviate from the formalities of the PCR 2015 in conducting the competition due to the flexibilities permitted by the CCR 2016.

SCC reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this Concession Notice. SCC also reserves the right to cancel or amend the procurement process and does not bind itself to accept any tender. SCC shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process.

VI.5) Date of dispatch of this notice

16/11/2020

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79411100 Business development consultancy services General management consultancy services
48500000 Communication and multimedia software package Software package and information systems
79342300 Customer services Marketing services
72318000 Data transmission services Data-processing services
48960000 Drivers and system software package Miscellaneous software package and computer systems
80000000 Education and training services Education
80300000 Higher education services Education and training services
48800000 Information systems and servers Software package and information systems
72400000 Internet services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72710000 Local area network services Computer network services
79420000 Management-related services Business and management consultancy and related services
79413000 Marketing management consultancy services Business and management consultancy services
79342000 Marketing services Advertising and marketing services
48200000 Networking, Internet and intranet software package Software package and information systems
32400000 Networks Radio, television, communication, telecommunication and related equipment
79418000 Procurement consultancy services Business and management consultancy services
79421000 Project-management services other than for construction work Management-related services
79416200 Public relations consultancy services Public relations services
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
64200000 Telecommunications services Postal and telecommunications services
64210000 Telephone and data transmission services Telecommunications services
72720000 Wide area network services Computer network services

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:
virginia.ainsley@sunderland.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.