Provision of Aircraft Communication System Devices for ESN (Ангилья - Тендер #43292813) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 43292813 Дата публикации: 01-07-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Modification of a contract/concession during its term
Section I: Contracting entity I.1) Name and addressesThe Secretary of State for the Home Department
3rd Floor, Clive House, 70 Petty France
London
SW1H 9EX
UK
Contact person: ESMCP Commercial Team
E-mail: ESMCPSupplier@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/home-office
Section II: Object II.1) Scope of the procurement II.1.1) TitleProvision of Aircraft Communication System Devices for ESN
II.1.2) Main CPV code64225000
II.1.3) Type of contractServices
II.2) Description II.2.1) TitleProvision of Aircraft Communication System Devices for ESN
II.2.2) Additional CPV code(s)32000000
32344210
32500000
32522000
32581000
50312310
50333000
64225000
79421000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementESMCP is delivering the Emergency Services Network (ESN), a secure, 4G critical voice and data communications service using an enhanced commercial LTE network configured to give priority access for the 3 emergency services (3ES).
This Aircraft Communication System (ACS) Procurement formed part of the ESMCP and is responsible for delivering the services and associated equipment to deliver the devices for air-to-ground capability, approved for use on the ESN. There was potential to include satellite technology in the future to complement this capability.
This procurement established a framework agreement that the Authority and nominated ESN User Organisations (UOs) can use to procure the required goods and services for use on the ESN. The framework agreement comprised of a single supplier for 10 years with the option to extend for up to an additional 5 years.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concessionEnd: 30/08/2039
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section IV: Procedure IV.2) Administrative information IV.2.1) Previous publication concerning this procedureNotice number in the OJ S:
2019/S 183-446247
Section V: Award of contract/concessionContract No: C9291
V.2 Award of contract/concession V.2.1) Date of conclusion of the contract/concession16/08/2019
V.2.2) Information about tendersThe contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor/concessionaireChelton Ltd
00896823
The Chelton Centre, Fourth Avenue
Marlow
SL7 1TF
UK
NUTS: UK
The contractor/concessionaire is an SME: No
V.2.4) Information on value of the contract/lot/concession (excluding VAT)Total value of the contract/lot: /concession: 100 000 000.00 GBP
Section VI: Complementary information VI.4) Procedures for review VI.4.1) Review bodyHigh Court of Justice
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice30/06/2023
Section VII: Modifications to the contract/concessionVII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
64225000
VII.1.2) Additional CPV code(s)
32000000
32344210
32500000
32522000
32581000
50312310
50333000
64225000
79421000
VII.1.3) Place of performance
NUTS code:
UK
VII.1.4) Description of the procurement
ESMCP is delivering the Emergency Services Network (ESN), a secure, 4G critical voice and data communications service using an enhanced commercial LTE network configured to give priority access for the 3 emergency services (3ES).
This Aircraft Communication System (ACS) Procurement formed part of the ESMCP and is responsible for delivering the services and associated equipment to deliver the devices for air-to-ground capability, approved for use on the ESN. There was potential to include satellite technology in the future to complement this capability.
This procurement established a framework agreement that the Authority and nominated ESN User Organisations (UOs) can use to procure the required goods and services for use on the ESN. The framework agreement comprised of a single supplier for 10 years with the option to extend for up to an additional 5 years.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
End: 30/08/2039
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 100 000 000.00 GBP
The contract/concession has been awarded to a group of economic operators: No
VII.1.7) Name and address of the contractor/concessionaireChelton Ltd
00896823
The Chelton Centre, Fourth Avenue,
Marlow
SL7 1TF
UK
NUTS: UK
The contractor/concessionaire is an SME: No
VII.2) Information about modificationsVII.2.1) Description of the modifications
The development of TETRA capability was introduced to the Framework Agreement as part of a previous change, allowing the development of a dual-mode LTE and TETRA Aircraft Communications System (ACS).
This modification seeks to add further TETRA scope to enable users to have an interim operating system, before a full operating capability can be developed and finalised. The change covers aspects of installation, configuration, test and operation of the TETRA ACS to allow a streamlined transition to LTE ACS when ESN is ready, reusing most hardware components and pre-installing the antennas and cabling to include in the future LTE system.
The change does not alter the duration of the Framework Agreement. The framework runs from the commencement of the agreement until 10 years following achievement of critical milestone 10.6 (the date of which is to be confirmed), with an optional 5-year extension period. Therefore the end date as indicated above is subject to change.
VII.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
There is a critical need to re-prioritise the TETRA element of the ACS solution. TETRA ACS is built upon the concept of improving existing deployed technology and acting as a platform to streamline the transition to the LTE ACS upon its release. It is therefore not possible to separate the TETRA ACS from the LTE ACS as a separate work package without losing one of the key benefits the TETRA ACS brings. Introducing a new supplier for this work would cause significant interoperability issues in terms of access and use of Chelton-owned IPR, meaning that a new supplier would be required to build a new solution from scratch, driving significant inconvenience, substantial duplication of cost and delay. This modification drives significant cost savings by reducing future cost duplication associated with equipment installation. It is unlikely that an alternative ACS could be procured, built and accredited in time to maintain Programme timelines and is considered uneconomical and inconvenient.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 100 000 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 109 903 262.00 Currency: GBP
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | ESMCPSupplier@homeoffice.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 64225000 | Air-to-ground telecommunications services | Telecommunication services except telephone and data transmission services |
| 32581000 | Data-communications equipment | Data equipment |
| 50312310 | Maintenance of data network equipment | Maintenance and repair of computer equipment |
| 50333000 | Maintenance services of radio-communications equipment | Maintenance services of telecommunications equipment |
| 79421000 | Project-management services other than for construction work | Management-related services |
| 32344210 | Radio equipment | Reception apparatus for radiotelephony or radiotelegraphy |
| 32000000 | Radio, television, communication, telecommunication and related equipment | Technology and Equipment |
| 32522000 | Telecommunications equipment | Telecommunications cable and equipment |
| 32500000 | Telecommunications equipment and supplies | Radio, television, communication, telecommunication and related equipment |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |