DEPARTMENT OF HEALTH AND SOCIAL CARE has floated a tender for Contract notice: Radio, television, communication, telecommunication and related equipment. The project location is United Kingdom and the tender is closing on 16 Mar 2020. The tender notice number is 088830-2020, while the TOT Ref Number is 40885111. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Radio, television, communication, telecommunication and related equipment

Deadline : 16 Mar 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 40885111

Document Ref. No. : 088830-2020

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : DEPARTMENT OF HEALTH AND SOCIAL CARE
Office Name: Department of Health and Social Care
Address: 39 Victoria Street
Town: London
Postal Code: SW1H 0EU
Contact Point: Katerina Athanasiadou

Phone: +44 2072104850
United Kingdom
Email :katerina.athanasiadou@nhs.net
URL :https://dh.bravosolution.co.uk

Tender Details

Object of the contract
Radio, television, communication, telecommunication and related equipment

Description: Contract notice: Radio, television, communication, telecommunication and related equipment

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Competitive procedure with negotiation
Document: Contract notice
Regulation: Not specified
Award criteria: The most economic tender
CPV code: 32000000, 51000000, 32000000, 51000000
CPV Description: Radio, television, communication, telecommunication and related equipment.

Installation services (except software).

19200000

The Ambulance Radio Programme (`ARP`) on behalf of the Secretary of State for Health and Social Care (the `Authority`) is seeking to procure a supplier to provide suitable field support, logistics and vehicle installation services for vehicle hardware for use in vehicles such as ambulances by service recipients, including the English Ambulance Trusts and potentially also other service recipients, such as the Welsh Ambulance Service NHS Trust, the Scottish Ambulance Service and the Fire and Rescue Services and the Police Services in Great Britain if those bodies elect to participate in the procurement.

Main Site : Nationwide Delivery.

The principal objective of the procurement is to provide suitable field support, logistics and vehicle installation services of hardware for use by service recipients in vehicles used by ambulance services, the police service and fire and rescue services across Great Britain.

The field support service comprises:

— provision of appropriately skilled support personnel to work alongside the service recipients to provide technical support, principally (but not exclusively) for the hardware implemented into vehicles.

The principal activities of the support personnel are expected to be:

— fault finding and fixes;

— new equipment installs, de- and re-install and testing,

— auditing installed equipment,

— following relevant processes and notifying the Authority`s service desk accordingly,

— following relevant trust processes, and

— maintaining close liaison with the relevant Ambulance Trust and the Authority`s service team.

A logistics service is required to support the installation and field support work described above. The logistics service has the following elements:

— order fulfilment,

— spares and returns management,

— spares storage, and

— disposal service.

A separate vehicle installation service is required for the bulk roll-out of the new vehicle hardware as follows:.

The vehicle hardware to be installed comprises:

— a `Vehicle Router` — a `smart` mobile router suitable for use in a vehicle, capable of connecting to multiple mobile communications bearers (including the Emergency Service Network `ESN`) and providing various capabilities, connectivity and interface ports to support the Authority`s National Mobilisation Application `NMA` functionality,

— a `Vehicle Tablet` — a ruggedised touch screen tablet device suitable for running the NMA application (with small and large screen options),

— a `Vehicle Dock` — a dock suitable for securely mounting the Vehicle Tablet in the vehicle, and

— `Accessories` — associated hardware items such as antennas, wiring looms, connectors, external controls, audio microphones/loudspeakers, etc.

Phases:

In order to achieve the above, the procurement includes the following delivery phases:

— mobilisation: delivering planning workshops with the Authority and other Authority suppliers to develop and review the required service management design, field support resource plan, vehicle installation plan, logistics service design, including the reference vehicle installation design documentation, testing relevant support procedures documentation and initial installations prior to roll out of vehicle installations,

— transition: delivering vehicle installations, testing and acceptance, providing the field support services to service recipients and providing the supporting logistics services,

— steady state: provision of the above services business as usual with relevant updates, and

— future services: adding (at the Authority`s discretion) any future services into the scope of this procurement.

A key example is to allow for future installation of hardware provision/modifications and/or support work required in order to be able to support the ESN voice application, once details of this are established.

Detailed information on the scope of the procurement is provided on the eTendering portal referred to in Section I.1) above.

Please refer to selection questionnaire:

Part 2: Exclusion grounds (ground for mandatory exclusion and grounds for discretionary exclusion);

Part 3: Selection questionnaire.

Selection criteria as stated in the procurement documents.

The agreement will commence on signature and, unless terminated earlier, is anticipated to expire on the date which is 5 years measured from the achievement of Milestone 3 (Go Live). The Authority may extend the term of the agreement for up to 2 years (by way of 1 or more extension notices) by giving notice.

The Authority envisages that by the end of the term of the agreement the scope of this procurement may have broadened resulting in an estimated total contract value range of 20 000 000 GBP to 100 000 000 GBP. This range includes any additional future services that may be called off and the procurement of field support, logistics and vehicle installation services and associated services under the agreement by law enforcement and fire and rescue services as well as Welsh Ambulance Services NHS Trust and Scottish Ambulance Service.

1) Estimated contract value for the field support services, logistics services and vehicle installation services for the vehicle hardware as set out in the agreement to all English Ambulance Trusts is 20 000 000 GBP (cumulative cost 20 000 000 GBP);

2) Estimated value for the optional addition of the field support services, logistics services and vehicle installation services for the vehicle hardware required for ESN voice estimated value for the optional addition of the delivery of vehicle hardware and all the associated services as set out in the agreement to the Welsh Ambulance Service NHS Trust and the Scottish Ambulance Service is 5 000 000 GBP (cumulative cost by adding the cost for contract type numbered 1 and 2 together is 25 000 000 GBP);

3) Estimated value for the optional addition of the field support services, logistics services and vehicle installation services for the vehicle hardware and all the associated services as set out in the agreement to the law enforcement services and fire and rescue services in Great Britain is 35 000 000 GBP (cumulative cost by adding the cost for contract type numbered 1, 2 and 3 together is 75 000 000 GBP);

4) Estimated value for future projects is 15 000 000 GBP (cumulative cost by adding the cost for contract type numbered 1, 2, 3 and 4 together is 100 000 000 GBP).

Any selection of bidders will be based solely on the criteria set out for the procurement. If a group of economic operators submit a bid, the group must nominate a lead organisation to interface with the Authority. The Authority may require the group to form a legal entity before entering into the contract in accordance with Regulation 19(6) of the Public Contracts Regulations 2015.

Please note that economic operators will need to register for free through the portal referred to in Section I.1) above and obtain log-in details to access the procurement documents.

Tenders and all supporting documentation must be priced in pounds sterling. The Authority is not and shall not be liable for any expenses, costs or liabilities incurred by those expressing an interest or negotiating or tendering for this contract opportunity or their associated entities or any other person.

The Authority reserves the right not to award a contract, to make whatever changes it sees fit to the structure, timing and rules of the procurement process and to cancel the process in its entirety at any stage.


Internet address (URL): https://dh.bravosolution.co.uk

Documents

 Tender Notice