web-banner-marketing2

Market Leads & Opportunities

Provision of Pop-Up 5G Mobile Private Network

Type of document: Contract Notice
Country: United Kingdom

Section I: Contracting authority
I.1) Name and addresses
Official name: University of Strathclyde
National registration number: SC015263
Postal address: McCance Building, 16 Richmond Street
Town: Glasgow
Postal code: G1 1XQ
Country: United Kingdom
Contact Person: Nicholas Nixon
Email: nicholas.nixon@strath.ac.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submit
electronically via:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Pop-Up 5G Mobile Private Network

Reference number: UOS-30867-2023
II.1.2) Main CPV code: 32510000
II.1.3) Type of contract:
SUPPLIES
II.1.4) Short Description:
The University of Strathclyde has the requirement for design, manufacture, supply, and commissioning of a Pop-Up 5G Mobile Private Network with integrated power supply and generation unit with support and maintenance for deployment via The Scotland 5G Centre.

II.1.5) Estimated total value:
Value excluding VAT: 113000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
32510000, 30237280, 31122000, 32531000, 34220000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Scotland

II.2.4) Description of the procurement:

The University of Strathclyde seeks to award a contract for design, manufacture, supply, and commissioning of a Pop-Up 5G Mobile Private Network with integrated power supply and generation unit with support and maintenance for deployment via The Scotland 5G Centre.
The solution will also require the appropriate information for publicly available Ofcom Licensing and commercial arrangements for 36 Months Licensing and Support and associated Satellite Communication Network Data Plan.
The Direct Engineering Support & Maintenance for 5G Network and Satcom hardware must be by the Bidder only (excludes the use of subcontractors). For avoidance of doubt the Bidder must support and maintain their proposed solution. The University will accept subcontracting of support and maintenance for the towed weatherproof enclosure and integrated energy source, power generation and fuel system.
The full scope of this project can be found in Appendix G Specification of Requirements.
Bidders should refer to the tender documentation for full details of the requirements.

II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical Evaluation/Weighting:70
Price – Weighting:30
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
4B1.2 Turnover
Bidders will be required to have an average yearly turnover of 2,000,000 GBP for the last 2 (two) years, to ensure the University is protected from any unforeseen financial risks that may impact the supplier or supply chain.

Minimum level(s) of standards possibly required:
4B.5.1- 4B5.3 Insurances
Insurance requirements are in line with levels identified in the UOS standard Terms and Conditions.
It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:
The Contractor shall maintain in force with reputable insurers
Employer’s (Compulsory) Liability Insurance = GBP 10m
Public and Product Liability Insurance = GBP 10m
Professional Risk Indemnity Insurance = GBP 2m
In respect of any one incident and unlimited as to numbers of claims.

III.1.3) Technical and professional ability:
List and brief description of selection criteria:
4C.1.2 Previous Experience

Minimum level(s) of standards possibly required:
Bidders are required to provide 2 (two) examples that demonstrate that they have the relevant experience to deliver the supplies/services as described in part II.2.4 of the Contract Notice and must include evidence of:
4C.1.2 – Delivery and integration between a defined Small Cell 5G Private Network and Low Earth Orbit Satellite Communication Network which has operated for at least 5 months’ continuous service in a single location.
4C.1.2 – Broadcasting of defined 5G hardware configuration under an Ofcom Spectrum Medium Power License.
4C.1.2 – Onboarding and integration of named user devices (Teltonika RUTX50 and Apple iOS) to the Private 5G Network solution described and an understanding and management of IP Data Transport both On and Off net.
4D.1 – The bidder must be currently certified for the following: ISO:9001 Quality Management System (or equivalent), ISO:27001 Information Security Management (or equivalent), ISO 14001: Environmental Management System (or equivalent), or their own documented policy or documented process demonstrating arrangements for ensuring Quality Management, Information Security and Environmental Management measures are effective in meeting the respective standards as stated above.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-02-16 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitEN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2024-02-16 Local time: 13:00 Place:
Glasgow.

Information about authorised persons and opening procedure:
The opening time of 13:00 is indicative only and the University is not held to this.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
The University is using an evaluated approach to Community Benefits for this contract. Full details can be found in the ITT documents.
(SC Ref:755385)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Glasgow Sheriff Court
Postal address: 1 Carlton Place
Town: Glasgow
Postal code: G5 9DA
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446) (as amended) may bring proceedings to the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice:2024-01-26