By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Private Mobile Radio Including Ancillary Equipment and Related Services to UK Government Personnel.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Networks Commercial Fixed Team, DE&S;
MOD Corsham, Bldg 405, Spur C2, Westwells Road, Wiltshire
Contact point(s): DESNet-ComrclFxd1a1
For the attention of: Thomas Gregory
SN13 9NR Corsham
UNITED KINGDOM
Telephone: +44 3067702468
E-mail:

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
Defence
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Private Mobile Radio Including Ancillary Equipment and Related Services to UK Government Personnel.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement

Duration of the framework agreement

Duration in years: 2

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 3 000 000 and 9 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Radio services. Private Mobile Radio Including Ancillary Equipment and Related Services to UK Government Personnel.
Summary of requirements
The Networks Team has a requirement for the supply of Private Mobile Radio (PMR) including Ancillary Equipment and Related Services to all units and establishments of the Ministry of Defence and any other UK government department or contracting authority, for delivery in the UK and overseas locations.
The supply of all equipment and services will be through the PMR Enabling Contract via P2P. The potential scope of supply shall include:
- Options to buy and lease equipment.
- Engineering Support.
- Maintenance support contracts and/or extended warranties.
- Equipment Installation/Removal and disposal in accordance with the WEEE Regulations.
- Commissioning/Decommissioning of Equipment.
- Antenna Rigging/De-Rigging, Inspection and Maintenance
- Provision of Radio Solutions.
- Site Surveys.
- Safety Cases and Independent Safety Audit (ISA).
- Programming and software updates.
- Training Courses.
It is the intention to select one supplier for the delivery of the full range of equipment and services described above.
Interested companies will hold the appropriate ISO 9001:2008, ISO 14001 accreditation.
Interested companies may be required to undertake a Pre-Qualification exercise. The Authority may also decide to hold a Bidder's Conference/Industry Day.
The supplier must be technology neutral (vendor agnostic).
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). For avoidance of doubt, the contacting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
The Contract duration will be 2 years with 2 X 1 year extension options. This has an anticipated value of GBP 3 000 000. for 2 years. The option years are valued at approximately GBP 1 500 000 per year. There is a potential that additional unspecified requirement may be appropriate to the contract, which has been assessed at a further GBP 3 000 000.
II.1.6)Common procurement vocabulary (CPV)

92210000

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: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Enabling Contract for the supply of Private Mobile Radio (PMR) including Ancillary Equipment and Related Services to all units and establishments of the Ministry of Defence and any other UK government department or contracting authority, for delivery in the UK and overseas locations.
Estimated value excluding VAT:
Range: between 3 000 000 and 9 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The supply of all equipment and services will be through the PMR Enabling Contract via the MoD electronic Purchase to payment (P2P) service.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: This is part of the formal Pre-Qualification Questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
This is part of the formal Pre-Qualification Questionnaire (PQQ).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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: yes
Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NETFXD/0052
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 9.1.2014 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.1.2014 - 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders

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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.

Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on http://www.contracts.mod.uk/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: 2962VP2M56. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 31.1.2014 23:55. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing - or call +44 8452707099.

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on http://www.contracts.mod.uk

You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 4GXWE25W7W.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing or Telephone +44 8452707099.

GO Reference: GO-20131213-DCB-5332733
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Networks Commercial Fixed Team, DE&S;
MOD Corsham, Bldg 405, Spur C2, Westwells Road, Wiltshire
SN13 9NR Corsham
UNITED KINGDOM
E-mail:
Telephone: +44 3067702468

Body responsible for mediation procedures

Networks Commercial Fixed Team, DE&S;
MOD Corsham, Bldg 405, Spur C2, Westwells Road, Wiltshire
SN13 9NR Corsham
UNITED KINGDOM
E-mail:
Telephone: +44 3067702468

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Networks Commercial Fixed Team, DE&S;
MOD Corsham, Bldg 405, Spur C2, Westwells Road, Wiltshire
SN13 9NR Corsham
UNITED KINGDOM
E-mail:
Telephone: +44 3067702468

VI.5)Date of dispatch of this notice:
13.12.2013