We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 133654-2014

Display compact view

18/04/2014    S77

United Kingdom-London: Telecommunications services

2014/S 077-133654

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: The Secretary of State for the Home Department, Crime and Policing Group, Emergency Services Mobile Communications Programme (ESMCP)
Postal address: 2 Marsham Street, First Floor, Fry Building
Town: London
Postal code: SW1P 4DF
Country: United Kingdom
Contact person: ESMCP Supplier Relationship Manager
E-mail: esmcpsupplier@homeoffice.gsi.gov.uk

Internet address(es):

General address of the contracting authority: https://www.gov.uk/government/organisations/home-office

Address of the buyer profile: www.esn.bravosolution.co.uk

Electronic access to information: www.esn.bravosolution.co.uk

Electronic submission of tenders and requests to participate: www.esn.bravosolution.co.uk

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Public order and safety
Health
Other: Fire and Rescue Services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Official name: Department of Communities and Local Government, Corporate Procurement Division 4/H9
Postal address: Eland House, Bressenden Place
Town: London
Postal code: SW1E 5DU
Country: United Kingdom

Official name: Secretary of State for Health, Department of Health
Postal address: Richmond House, 79 Whitehall
Town: London
Postal code: SW1A 2NS
Country: United Kingdom

Official name: The Scottish Ministers acting through the Scottish Government, Safer Communities Directorate, Area 1R
Postal address: St Andrews House, Regent Road
Town: Edinburgh
Postal code: EH1 3DG
Country: United Kingdom

Official name: The Welsh Ministers acting through the Welsh Government
Postal address: Cathays Park
Town: Cardiff
Postal code: CF10 3NQ
Country: United Kingdom

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Emergency Services Network (ESN).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 5: Telecommunications services
Main site or location of works, place of delivery or of performance: Great Britain.

NUTS code UK UNITED KINGDOM

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Emergency Services Mobile Communications Programme (ESMCP) is a cross-government, multiagency Programme sponsored by The Secretary of State for the Home Department to deliver the Emergency Services Network (ESN).
The ESN will deliver integrated critical voice and broadband data services to all three emergency services (3ES) and other users throughout GB (England, Wales and Scotland). These services require a mobile communications network capable of providing the full coverage, resilience, security and public safety functionality required by the 3ES.
The ESN will replace those services delivered under current service contract(s). A number of these service contracts operate across the 3ES and other users. The new service contracts are expected to be awarded during 2015 to facilitate commencement of service delivery from late 2016 as existing service contracts begin to expire.
The procurement will be divided into 4 Lots, with each one including but not limited to the following contents:
Lot 1 – ESN Delivery Partner (DP) – transition support, cross-Lot integration and user support: a delivery partner to provide programme management services for cross-Lot ESN integration; programme management services for transition; training support services; test assurance for cross-Lot integration; and vehicle installation design and assurance.
Lot 2 – ESN User Services (US) – a technical service integrator to provide end to end systems integration for the ESN: provide public safety communications services (including the development and operation of public safety applications); provide the necessary telecommunications infrastructure; user device management; customer support; and service management.
Lot 3 – ESN Mobile Services (MS) – a resilient mobile network: a network operator to provide an enhanced mobile communications service with highly available full coverage in the defined Lot 3 area (in GB), highly available extended coverage over the Lot 4 telecommunications network, and technical interfaces to Lots 2 and 4).
Lot 4 – ESN Extension Services (ES) – coverage beyond the Lot 3 network: a neutral host to provide a highly available telecommunications network in the defined Lot 4 areas to enable the Lot 3 supplier to extend their coverage.
There are rules regarding the bidding for and winning of Lots:
a) The Lot 1 service provider needs to be independent and is required to be impartial in its role, hence the legal entity leading a Lot 1 bid or a subcontractor in a bid for Lot 1 cannot bid as the legal entity leading (nor be a subcontractor in) a bid for any of Lots 2, 3 and 4.
b) The Lot 2 and Lot 3 service providers need to be independent to achieve resilience of supply for a critical service, therefore a legal entity leading a bid can win only win one of Lot 2 and Lot 3.
c) A legal entity leading a bid can win Lot 4 with one of Lot 2 and Lot 3.
d) A legal entity leading a bid for one Lot may appear as a subcontractor in another Lot, and subcontractors can appear in the value chain for any legal entity leading a bid (with the exception of the Lot 1 restriction, and Lot 2 and Lot 3 restrictions, stated above in rules a) and b) respectively), but may be asked by the legal entity leading a bid to comply with any ethical walls restriction that the Authority may in due course impose during the procurement process following the qualification stage if their supply is material to that bid and/or the subcontractor appears more than once in any given Lot or across Lots.
e) There is no other restriction on a bidding entity appearing in any Lot as a sub-contractor, other than those in rules a) to d) above.
Further information on each of the Lots is provided in Annex B and in the PQQ referenced in Section II.1.5 of this Notice.

For further information and to express an interest, suppliers can obtain the ESN Pre-Qualification Questionnaire (PQQ) and Contract Letting Process Agreement (CLPA) at www.esn.bravosolution.co.uk. The information in the PQQ and CLPA will provide further details of the scope of the Programme, the services to be procured and the procurement process to be followed.

II.1.6)Common procurement vocabulary (CPV)

64200000 Telecommunications services, 72267200 Repair of information technology software, 80500000 Training services, 48331000 Project management software package, 79512000 Call centre, 72254000 Software testing, 79420000 Management-related services, 48444100 Billing system, 72260000 Software-related services, 72254100 Systems testing services, 72262000 Software development services, 72315000 Data network management and support services, 32524000 Telecommunications system, 45314000 Installation of telecommunications equipment, 72224000 Project management consultancy services, 32000000 Radio, television, communication, telecommunication and related equipment, 50312320 Repair of data network equipment, 72400000 Internet services, 92210000 Radio services, 51000000 Installation services (except software), 72246000 Systems consultancy services, 98110000 Services furnished by business, professional and specialist organisations, 32523000 Telecommunications facilities, 45232340 Mobile-telephone base-stations construction work, 80511000 Staff training services, 72263000 Software implementation services, 50334400 Communications system maintenance services, 72000000 IT services: consulting, software development, Internet and support, 71245000 Approval plans, working drawings and specifications, 71500000 Construction-related services, 98391000 Decommissioning services, 72318000 Data transmission services, 50324100 System maintenance services, 80510000 Specialist training services, 71242000 Project and design preparation, estimation of costs, 50312310 Maintenance of data network equipment, 79421000 Project-management services other than for construction work, 72253200 Systems support services, 45232332 Ancillary works for telecommunications, 92217000 General Mobile Radio Services/Family Radio Services (GMRS/FRS), 70321000 Land rental services, 79980000 Subscription services, 32500000 Telecommunications equipment and supplies, 72261000 Software support services, 64225000 Air-to-ground telecommunications services, 72253100 Helpdesk services, 79993000 Building and facilities management services, 45312330 Radio aerial installation work, 92312212 Services related to the preparation of training manuals, 70122200 Land purchase services, 79994000 Contract administration services, 79415200 Design consultancy services, 50312300 Maintenance and repair of data network equipment, 50330000 Maintenance services of telecommunications equipment, 64212000 Mobile-telephone services, 70220000 Non-residential property renting or leasing services, 72268000 Software supply services, 71541000 Construction project management services, 64200000 Telecommunications services, 79342300 Customer services, 79421200 Project-design services other than for construction work, 71243000 Draft plans (systems and integration), 80531200 Technical training services, 50312600 Maintenance and repair of information technology equipment, 48200000 Networking, Internet and intranet software package, 79993100 Facilities management services, 79421100 Project-supervision services other than for construction work, 72322000 Data management services, 72253000 Helpdesk and support services, 79990000 Miscellaneous business-related services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
ESMCP invites expressions of interest for the provision of a wide range of services related to the provision of the ESN. The scope of the contract will be for the provision of ESN services in accordance with the specifics as detailed within each Lot (see Annex B) to deliver the overall ESN service.
The 3ES service will be required to cover (currently):
— Approximately 250,000 operational staff (with a broadly equivalent number of connected mobile communication devices taking into account the proportion of staff with a device, vehicles, and pools of spare devices) across the 3ES;
— 44 Police and Crime Commissioners/services;
— 50 Fire and Rescue Authorities/services;
— 13 ambulance trusts;
— National Crime Agency;
— 3 non-Home Office Police Services (British Transport Police, Ministry of Defence Police, Civil Nuclear Constabulary);
— National Police Air Service.
ESN will also provide a service for more than just the 3ES however as 400+ Government and local public safety and other bodies use the current system and will potentially require the ability to use ESN. These other bodies may add up to approximately 50,000 additional connected devices, and may include the Central Government Departments, Non-Departmental Public Bodies and Agencies, Local Authorities in Great Britain and a number of charitable bodies and other organisations that interact with public safety bodies.
The combined value of the 4 Lots is estimated to be between GBP 555 m and GBP 1,220 m (555,000,000 GBP and 1,220,000,000 GBP) depending on the extent of take up of services by other Government and local public safety bodies in addition to the 3ES and any extension options (exclusive of VAT).
Applicants should be aware that the current intention as stated in this Notice is to provide the ESN services in Scotland, although this is subject to the approval of the Full Business Case by Scottish Ministers.
See Section V.I.3) for details of the organisations that may be within the scope of the ESN. Further details can be found in the PQQ and CLPA referenced in section II.1.5 of this Notice.
Estimated value excluding VAT:
Range: between 555 000 000 and 1 220 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: See II.3 below.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Delivery Partner
1)Short description
ESMCP is seeking a Delivery Partner (DP) to support the transition of the 3ES and other users (including new users who become such during transition) from legacy mobile communication services to ESN. The Lot 1 (DP) will provide services including but not limited to programme management services for cross-Lot integration; programme management services for transition; training support services; test assurance for cross-Lot integration; and vehicle installation design and assurance.
Further description of Lot 1 (DP) is provided in the PQQ referenced in section II.1.5 of this Notice.
2)Common procurement vocabulary (CPV)

79420000 Management-related services, 45314000 Installation of telecommunications equipment, 79415200 Design consultancy services, 80500000 Training services, 48331000 Project management software package, 79421100 Project-supervision services other than for construction work, 72224000 Project management consultancy services, 79421200 Project-design services other than for construction work, 80511000 Staff training services, 80510000 Specialist training services, 80531200 Technical training services, 79421000 Project-management services other than for construction work, 51000000 Installation services (except software), 92312212 Services related to the preparation of training manuals, 72000000 IT services: consulting, software development, Internet and support, 98110000 Services furnished by business, professional and specialist organisations

3)Quantity or scope
The scope for Lot 1 (DP) is the (currently) 112 3ES organisations and in excess of 400 other user organisations for the Transition to ESN. The scale is circa 45,000 vehicles and circa 300,000 users.
The term of the Lot 1 contract is for up to 66 months with options to extend for a maximum of up to a further 18 months (a total maximum of 84 months from the award of the contract).
The estimated value of the Lot 1 contract may be may be between GBP 60 m and GBP 95 m (60,000,000 GBP and 95,000,000 GBP) depending on the extent of take up of services by other Government and local public safety bodies in addition to the 3ES and any extension options (exclusive of VAT).
Estimated value excluding VAT:
Range: between 60 000 000 and 95 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 66 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Emergency Services User Services
1)Short description
ESMCP is seeking a supplier of User Services (US) to provide a managed service for the 3ES and other users and will be a key part of the ESN. The Lot 2 (US) supplier will provide end to end systems integration (including interfaces and testing services) for the ESN including, but not limited to providing public safety communications services (including developing and operating the public safety applications), providing the necessary telecommunications infrastructure; user device management, customer support, and service management.
2)Common procurement vocabulary (CPV)

72000000 IT services: consulting, software development, Internet and support, 72267200 Repair of information technology software, 79980000 Subscription services, 32500000 Telecommunications equipment and supplies, 72261000 Software support services, 64225000 Air-to-ground telecommunications services, 79512000 Call centre, 72254000 Software testing, 72253100 Helpdesk services, 48444100 Billing system, 72260000 Software-related services, 72254100 Systems testing services, 92312212 Services related to the preparation of training manuals, 72262000 Software development services, 72315000 Data network management and support services, 32524000 Telecommunications system, 79994000 Contract administration services, 50312300 Maintenance and repair of data network equipment, 50330000 Maintenance services of telecommunications equipment, 64212000 Mobile-telephone services, 72400000 Internet services, 92210000 Radio services, 72246000 Systems consultancy services, 72268000 Software supply services, 98110000 Services furnished by business, professional and specialist organisations, 32523000 Telecommunications facilities, 79342300 Customer services, 80511000 Staff training services, 71243000 Draft plans (systems and integration), 72263000 Software implementation services, 50312600 Maintenance and repair of information technology equipment, 50334400 Communications system maintenance services, 48200000 Networking, Internet and intranet software package, 50324100 System maintenance services, 72318000 Data transmission services, 72322000 Data management services, 72253200 Systems support services, 72253000 Helpdesk and support services, 79990000 Miscellaneous business-related services, 45232332 Ancillary works for telecommunications, 92217000 General Mobile Radio Services/Family Radio Services (GMRS/FRS)

3)Quantity or scope
Further description of Lot 2 (US) is provided in the PQQ referenced in section II.1.5 of this Notice.
The scope for Lot 2 (US) is the (currently) 112 3ES organisations and in excess of 400 user organisations for mobile communications services. There will be up to approximately 300,000 users who will need their subscriber accounts managed.
The term of the Lot 2 contract is for up to 72 months with options to extend for a maximum of up to a further 24 months (a total maximum of 96 months from the award of the contract).
The estimated value of the Lot 2 contract may be between GBP 120 m and GBP 245 m (120,000,000 GBP and 245,000,000 GBP) depending on the extent of take up of services by other Government and local public safety bodies in addition to the 3ES and any extension options (exclusive of VAT).
Estimated value excluding VAT:
Range: between 120 000 000 and 245 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 72 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Mobile Services
1)Short description
ESMCP is seeking a supplier of Mobile Services (MS) to enable the delivery of mobile voice and data network services to the 3ES and other user organisations to support ESN. The Lot 3 (MS) supplier will be responsible for an enhanced mobile communications service with highly available full coverage in the defined Lot 3 area (including some in-building coverage); provision of highly available extended network coverage over Lot 4 telecommunications infrastructure, technical interfaces to Lots 2 and 4; and provision of optional services.
2)Common procurement vocabulary (CPV)

64200000 Telecommunications services, 32523000 Telecommunications facilities, 64225000 Air-to-ground telecommunications services, 50334400 Communications system maintenance services, 50312600 Maintenance and repair of information technology equipment, 48200000 Networking, Internet and intranet software package, 72000000 IT services: consulting, software development, Internet and support, 72315000 Data network management and support services, 45314000 Installation of telecommunications equipment, 50312300 Maintenance and repair of data network equipment, 72318000 Data transmission services, 50330000 Maintenance services of telecommunications equipment, 32000000 Radio, television, communication, telecommunication and related equipment, 72322000 Data management services, 64212000 Mobile-telephone services, 51000000 Installation services (except software), 72253000 Helpdesk and support services, 72253200 Systems support services, 45232332 Ancillary works for telecommunications, 98110000 Services furnished by business, professional and specialist organisations

3)Quantity or scope
Further description of Lot 3 (MS) is provided in the PQQ referenced in section II.1.5 of this Notice.
The scope for Lot 3 (MS) is the (currently) 112 3ES organisations and in excess of 400 user organisations for mobile communications services.
The term of the Lot 3 contract is for up to 66 months with options to extend for a maximum of up to a further 18 months (a total maximum of 84 months from the award of the contract).
The estimated value of the Lot 3 contract may be between GBP 200 m and GBP 530 m (200,000,000 GBP and 530,000,000 GBP) depending on the extent of take up of services by other Government and local public safety bodies in addition to the 3ES and any extension options (exclusive of VAT).
Estimated value excluding VAT:
Range: between 200 000 000 and 530 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 66 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: Extension Services
1)Short description
ESMCP is seeking a supplier of Extension Services (ES) to extend coverage including, but not limited to, planning and providing a highly available telecommunications network in the defined Lot 4 areas (as a neutral host for the Lot 3 supplier's equipment) to enable the Lot 3 supplier to extend their coverage (including some in-building coverage).
2)Common procurement vocabulary (CPV)

45314000 Installation of telecommunications equipment, 70321000 Land rental services, 79420000 Management-related services, 79993000 Building and facilities management services, 45312330 Radio aerial installation work, 70122200 Land purchase services, 50312300 Maintenance and repair of data network equipment, 32000000 Radio, television, communication, telecommunication and related equipment, 50330000 Maintenance services of telecommunications equipment, 64212000 Mobile-telephone services, 50312320 Repair of data network equipment, 70220000 Non-residential property renting or leasing services, 51000000 Installation services (except software), 98110000 Services furnished by business, professional and specialist organisations, 71541000 Construction project management services, 32523000 Telecommunications facilities, 64200000 Telecommunications services, 45232340 Mobile-telephone base-stations construction work, 50334400 Communications system maintenance services, 50312600 Maintenance and repair of information technology equipment, 48200000 Networking, Internet and intranet software package, 79993100 Facilities management services, 71245000 Approval plans, working drawings and specifications, 71500000 Construction-related services, 98391000 Decommissioning services, 50324100 System maintenance services, 71242000 Project and design preparation, estimation of costs, 50312310 Maintenance of data network equipment, 79421000 Project-management services other than for construction work, 72253200 Systems support services, 79990000 Miscellaneous business-related services, 45232332 Ancillary works for telecommunications

3)Quantity or scope
Further description of Lot 4 (ES) is provided in the PQQ referenced in section II.1.5 of this Notice.
The scope for Lot 4 (ES) is the (currently) 112 3ES organisations and in excess of 400 user organisations for mobile communications services.
The term of the Lot 4 contract is for up to 180 months, with an optional break point at 84 months.
The estimated value of the Lot 4 contract may be between GBP 175 m and GBP 350 m (175,000,000 GBP and 350,000,000 GBP) depending on the details of the sites required and the exercise of the optional break point (exclusive of VAT).
Estimated value excluding VAT:
Range: between 175 000 000 and 350 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 180 (from the award of the contract)
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Deposits not needed at this stage but guarantees may be required at a later stage as outlined in the ESN PQQ and CLPA referenced in Section II.1.5 of this Notice.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be outlined in the ESN PQQ and CLPA referenced in Section II.1.5 of this Notice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Programme will only contract with a legal entity, and in the event a bidding group is successful but has not formed a legal entity, the Programme will require it to do so before award of any contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Performance management regime as stated in the invitation to tender (ITT) documentation that will be made available to suppliers that qualify by successfully responding to the requirements set out in the PQQ referenced in Section II.1.5 of this Notice.
The ESN may form part of the UK's Critical National Infrastructure. As a result, it will be subject to UK Government security requirements. Elements of the activities of the 3ES and other users and of the requirements are subject to varying levels of security protection. In the case of bidders selected to participate in the next stage of the procurement, the Authority may require a number of staff working on this procurement to have security clearance recognised by the UK Government. Staff will not have access to sensitive or protectively marked material or have unescorted access to sites until they have been cleared. Parties wishing to be considered for this contract must satisfy relevant security requirements prior to issuance of the Invitation to Tender documentation and must satisfy all UK Government security requirements throughout the procurement and each successful party must do so throughout the term of the contract.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: See PQQ referenced in Section II.1.5. This can be accessed at www.esn.bravosolution.co.uk

See additional information in section VI.3 2) on how to register. Additionally in advance of organisations being invited to the PQQ, the Contracting Authority requires that before any information can be released a CLPA needs to be signed and returned to ESMCP (which will be done electronically.
III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: See PQQ referenced in Section II.1.5. This can be accessed at www.esn.bravosolution.co.uk.

See additional information in section VI.3 2) on how to register.
Minimum level(s) of standards possibly required: Yes.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

See PQQ referenced in Section II.1.5. This can be accessed at www.esn.bravosolution.co.uk

See additional information in section VI.3 2) on how to register.
Minimum level(s) of standards possibly required:
Yes.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 6
Objective criteria for choosing the limited number of candidates: It is anticipated that where possible a minimum number of 3 and up to a maximum number of 6 may be invited to tender per Lot.
Objective criteria for choosing the limited number of candidates:

These are as included in the PQQ referenced in Section II.1.5 which can be accessed at www.esn.bravosolution.co.uk. See additional information in section VI.3 2) on how to register.

The technical and professional capability assessment will include evidence of capabilities (to include similar projects in scale and value).
Selection criteria and weightings:

These are as included in the PQQ referenced in Section II.1.5 which can be accessed at www.esn.bravosolution.co.uk. See additional information in section VI.3 2) on how to register.

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract

Notice number in the OJEU: 2013/S 121-207483 of 25.6.2013

Other previous publications

Notice number in the OJEU: 2014/S 27-043124 of 7.2.2014

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.5.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
18.6.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Place:

To be set out in the ITT that will be issued to suppliers that qualify successfully to be invited to tender on the basis of their response to the PQQ.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

1) The Home Office as Contracting Authority intends to put in place contracts for the ESN for use by or on behalf of itself and other UK public sector bodies in England, Scotland, and Wales (and their statutory successors and organisations created as a result of re-organisation or organisational changes). However, use does not denote that there will be direct contractual relations between such public bodies and contractors appointed to provide the services. The services are primarily intended for use by the following public sector bodies (as defined in the Public Contracts Regulations 2006) the Metropolitan Police Authority, Police and Crime Commissioners/Police Authorities, the Greater London Authority (or a functional body within the meaning of the Greater London Authority Act 1999), fire authorities, fire and rescue authorities and ambulance trusts/ambulance services. However, the services shall also be available for use by all UK public sector bodies (as defined in the Public Contracts Regulations 2006) with a public safety, crime prevention or security remit, including, but not limited to, Central Government Departments (in particular the Secretary of State for the Home Department, the Secretary of State for Communities and Local Government, the Secretary of State for Health, the Scottish Ministers acting through the Scottish Government, and the Welsh Ministers acting through the Welsh Government and their Agencies and Non Departmental Public Bodies (NDPBs) (a list of Government Departments, Agencies and NDPBs can be found at: 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) (lists of such Authorities and Trusts can be found at: http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx ; http://www.wales.nhs.uk/catorgs.cfm#1 ; http://www.scotland.gov.uk/Topics/Health/NHS-Scotland/Boards ) and Local Authorities (a list of such authorities can be found at: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/index.htm ). 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, all Police and Crime Commissioners and Police Authorities in the UK, Fire and Rescue Services and NHS England. In addition the services may be made available to transport operators, utility operators, and charities that interact with public safety bodies. Further information on the organisations that may receive the services is provided in the PQQ referenced in Section II.1.5.

2) Economic operators should note that in the case of the Lot 3 (MS) Non-core services (usage of airtime) the Authority will create a framework agreement for the responsible Departments or devolved administrations for the 3ES (the Secretary of State for the Home Department, the Secretary of State for Communities and Local Government, the Secretary of State for Health, the Scottish Ministers acting through the Scottish Government, and the Welsh Ministers acting through the Welsh Assembly Government), such that they may if they so wish assign rights to 3ES user organisations to access the usage of airtime. This framework agreement would be extended to other responsible bodies to enable them to follow the same approach for other user organisations. The term of the framework agreement would coincide with the term of the Lot 3 contract (i.e. a period of 66-84 months) due to the exceptional circumstances of the nature of the ESN being critical to public safety.
3) The procurement is anticipated to run from April 2014 and complete by April 2015. It is anticipated that the ITT will be issued to suppliers that respond to the PQQ and are successful qualifying in mid-June 2014.
The contracts are not recurrent, but it is anticipated that at the end of the Lot 1, 2 and 3 contracts (i.e. around 72 months from contract award) the following may happen (dependent on the maturity and adoption of public safety standards for mobile communications and other developments in the telecommunications market):
Lot 1: transition services will no longer be required as Transition should be complete
Lot 2: user services are likely to be smaller so can be let separately or even provided in house
Lot 3: mobile services should be based on open standards so can be opened up to all network airtime providers
Lot 4: extension services will continue to be provided by a neutral host but made available to all Lot 3 providers and possibly for commercial use (making this commercial use available may be considered earlier)
Further details of the procurement process are available in the PQQ referenced in Section II.1.5 of this Notice.
4) Economic operators shall note the following:

All economic operators must complete the PQQ on the eSourcing portal. All economic operators are required to express an interest by registering on the eSourcing portal (www.esn.bravosolution.co.uk). Registering is only required once.

Registering: economic operators should browse to the eSourcing portal and complete the following:
a) Click the ‘To register click here' link.
b) Read and accept the terms and conditions of the User Agreement and click ‘I agree' to 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 pre-qualification questionnaire and information pack (PQQ):
a) Login to the ESMCP eSourcing portal with your unique username and password.
b) Click on the ‘PQQs open to all suppliers' link.
c) Click on the relevant titled Pre-qualification item.
d) Read and accept the terms of the ESN ‘Contract Letting Process Agreement' document.
e) Click the ‘express interest' button in the ‘actions' box on the left hand side of the page (this will move the pre-qualification pack into the applicants ‘my PQQ' box). This is a secure area for projects only.
f) Click on the PQQ code. The applicant can now access any attachments by clicking the ‘settings and buyer attachments' in the actions box.
g) Download the documents relating to the pre-qualification questionnaire. Click ‘attachments' on the left hand side. The number in brackets refers to the number of documents that need to be downloaded. Click on the bold and underlined filename. Select ‘save' and store on your PC.
h) Click on the bold and underlined filename. Select ‘save' and store on your PC.
Responding to the pre-qualification questionnaire:
i) The economic operators must now choose ‘reply' or ‘reject' (please give a reason if rejecting).
ii) Economic operators can now use the messages functions to communicate with ESMCP and seek clarification.
iii) Please note the deadline for completion, this is a precise time and the eSourcing portal will reject the economic operator's pre-qualification questionnaire if it is submitted after this time.
iv) Economic operators should click ‘publish' when they wish to submit the final completed pre-qualification questionnaire. Please note that there is detailed online help.
For further assistance contact the BravoSolution helpdesk which is available Monday to Friday (8:00 to 18:00) GMT on:

email – help@bravosolution.co.uk or

telephone +44 8003684850
Economic operators must inform The Secretary of State for the Home Department that they are interested in the contract by complying with the requirements of the pre-qualification questionnaire available to parties registering to the eSourcing portal, as above. The Secretary of State for the Home Department will use the information provided to select economic operators to be invited to tender.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: The Secretary of State for the Home Department, Crime and Policing Group
Postal address: 2 Marsham Street, First floor, Fry Building
Town: London
Postal code: SW1P 4DF
Country: United Kingdom
E-mail: esmcpsupplier@homeoffice.gsi.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The periods set out in Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: The Secretary of State for the Home Department, Crime and Policing Group, Emergency Services Mobile Communications Programme (ESMCP)
Postal address: 2 Marsham Street, First floor, Fry Building
Town: London
Postal code: SW1P 4DF
Country: United Kingdom
E-mail: esmcpsupplier@homeoffice.gsi.gov.uk

VI.5)Date of dispatch of this notice:
14.4.2014