Title attributed to the contract by the contracting authority: Managed Digital Radio Services for the Emergency Services and Non-Commercial Public Sector. The purpose of this procurement is to select a contractor to provide nation-wide managed digital radio services for voice and data purposes to all public security and emergency services and non-commercial public bodies in the Irish public service. The Department of Finance intends to establish a single, central, draw-down facility for these services from which all non-commercial public bodies can draw-down the services at their discretion. The Department of Finance is seeking a managed services provision underpinned by a single digital radio network providing - 1. Comprehensive nation-wide radio coverage and an architecture that will provide efficient and reliable digital radio services to the security and emergency services and to multiple non-commercial public bodies. Radio coverage will be required for dispatch, mobile and hand-portable terminals (both on foot and in-vehicle), as well as in buildings, special areas such as tunnels, at pre-planned special events, for emergency unforeseen events, for air-to-ground-to-air communications, and for 12 km to sea from the coastline; 2. An availability/reliability of 99,98 % for the core elements of the nation-wide infrastructure; 3. Maximum resilience at all levels of the service-providing infrastructure and sufficient levels of hardware, software and transmission redundancy such that no single failure will cause a major network outage; 4. An ability for the service to degrade gracefully in the event of failures in an area; 5. Seamless nationwide roaming; 6. Virtual private networking facilities for each public body, with the ability for planned and controlled co-operation, interoperability and integration across these public bodies, as required; 7. Closed user group working, i.e., - Facilities for communication between personnel in different operational areas of a public body as required, - Facilities for communication between personnel of different public bodies as required, and - Flexibility to adapt to operational and organisational changes; 8. Security against unauthorised physical interference, manipulation, eavesdropping, interception, monitoring and jamming; 9. An architecture with sufficient spare capacity to handle emergency requirements at very short notice and to scale/grow rapidly as usage requires; 10. Very high quality grades of service that accommodate fast call set-up across the whole country, channel maintenance and prioritisation of calls; 11. Full interoperability with digital radio terminals supplied by at least three independent terminal suppliers; 12. High quality, push to talk transmission; 13. Reliable and good quality facilities for voicemail, for voice recording, and for interfacing with national SMS and paging services; 14. Full duplex operation to allow inter-working with GSM and PSTN type networks via government networks; 15. Simultaneous and non-interfering voice and data communications capacity; 16. Radio, mobile telephony and mobile data modes of operation, including transmission of fixed image and video; 17. Emergency call features; 18. Authentication and encryption systems certified to the appropriate standards; 19. Ability to facilitate integration with third-party systems and applications; and 20. Digital radio interoperability between public bodies in the Republic of Ireland with equivalent bodies in Northern Ireland. Sufficient physical security measures must be used to protect all physical elements of the underlying networks. This service provision must use radio frequencies allocated by the Irish Commission for Communications Regulation to the standards set by the Commission. The managed digital radio service must, inter alia, offer - 1. A range of packages for voice, messaging, and data call services to fixed, mobile and hand portable users. Within these packages, all voice, messaging, and data call services must be requested and terminated by users via a single radio terminal. Network, service, and subscriber management systems and services with facilities for user management access; 3. Facilities/services for organisation structure charting; 4. Comprehensive training facilities/services for end-users of varying disciplines. This provision should be available as an option; 5. A catalogue of digital radio terminal equipment for multiple purposes (e.g., hand-portable, mobile, etc..) and to suit the multiple packages provided by the service. This provision should be available as an option; and 6. An evolutionary technology base capable of providing new services to meet future operational needs. The selected contractor will be expected to demonstrate - 1. significant experience in successfully managing projects of this nature, size and complexity; 2. a proven capacity to provide high quality managed communications and interoperability services to a diverse user base; 3. a proven capacity to satisfactorily operate a nation-wide communications infrastructure; 4. management processes that accord to relevant best practices, including certification of achievement of these best practices; 5. quality assurance systems/processes, specifically in relation to project planning and management, phasing and roll-out management, operations management, contract management and services provision and management. National security considerations are of paramount importance in the provision of the requested services. Consequently, all candidates must be able to demonstrate that all of their services provision will comply with national security requirements. The initial phase of this restricted procedure is intended to result in the selection of a list of 5 suitable candidates to which the full Request for Tender document will issue. This contract notice does not constitute a detailed or final specification of requirements for this project. The information contained in this notice is supplied in order to provide interested parties with sufficient information to prepare their response document for the pre-qualification stage. The information contained herein will be superseded by the detailed requirements of the Request for Tender referred to above which will be issued in due course to the candidates selected from the pre-qualification stage. Please note that no further documentation or further information will issue to candidates entering the pre-qualification round of this restricted tendering procedure. Candidates should frame their responses in the pre-qualification round on the information requested in this Contract Notice. Further information relating to this notice may be available on the eTenders Web Site at http://www.etenders.gov.ie/Search/ Search_Switch.aspx?ID=21505.
Deadline
The time limit for receipt of tenders was 2006-02-10.
The procurement was published on 2006-01-06.
Contract notice (2006-01-04) Object Scope of the procurement
Title: Radio network
Full text:
โTitle attributed to the contract by the contracting authority: Managed Digital Radio Services for the Emergency Services and Non-Commercial Public Sector....โ
Full text
Title attributed to the contract by the contracting authority: Managed Digital Radio Services for the Emergency Services and Non-Commercial Public Sector. The purpose of this procurement is to select a contractor to provide nation-wide managed digital radio services for voice and data purposes to all public security and emergency services and non-commercial public bodies in the Irish public service. The Department of Finance intends to establish a single, central, draw-down facility for these services from which all non-commercial public bodies can draw-down the services at their discretion. The Department of Finance is seeking a managed services provision underpinned by a single digital radio network providing - 1. Comprehensive nation-wide radio coverage and an architecture that will provide efficient and reliable digital radio services to the security and emergency services and to multiple non-commercial public bodies. Radio coverage will be required for dispatch, mobile and hand-portable terminals (both on foot and in-vehicle), as well as in buildings, special areas such as tunnels, at pre-planned special events, for emergency unforeseen events, for air-to-ground-to-air communications, and for 12 km to sea from the coastline; 2. An availability/reliability of 99,98 % for the core elements of the nation-wide infrastructure; 3. Maximum resilience at all levels of the service-providing infrastructure and sufficient levels of hardware, software and transmission redundancy such that no single failure will cause a major network outage; 4. An ability for the service to degrade gracefully in the event of failures in an area; 5. Seamless nationwide roaming; 6. Virtual private networking facilities for each public body, with the ability for planned and controlled co-operation, interoperability and integration across these public bodies, as required; 7. Closed user group working, i.e., - Facilities for communication between personnel in different operational areas of a public body as required, - Facilities for communication between personnel of different public bodies as required, and - Flexibility to adapt to operational and organisational changes; 8. Security against unauthorised physical interference, manipulation, eavesdropping, interception, monitoring and jamming; 9. An architecture with sufficient spare capacity to handle emergency requirements at very short notice and to scale/grow rapidly as usage requires; 10. Very high quality grades of service that accommodate fast call set-up across the whole country, channel maintenance and prioritisation of calls; 11. Full interoperability with digital radio terminals supplied by at least three independent terminal suppliers; 12. High quality, push to talk transmission; 13. Reliable and good quality facilities for voicemail, for voice recording, and for interfacing with national SMS and paging services; 14. Full duplex operation to allow inter-working with GSM and PSTN type networks via government networks; 15. Simultaneous and non-interfering voice and data communications capacity; 16. Radio, mobile telephony and mobile data modes of operation, including transmission of fixed image and video; 17. Emergency call features; 18. Authentication and encryption systems certified to the appropriate standards; 19. Ability to facilitate integration with third-party systems and applications; and 20. Digital radio interoperability between public bodies in the Republic of Ireland with equivalent bodies in Northern Ireland. Sufficient physical security measures must be used to protect all physical elements of the underlying networks. This service provision must use radio frequencies allocated by the Irish Commission for Communications Regulation to the standards set by the Commission. The managed digital radio service must, inter alia, offer - 1. A range of packages for voice, messaging, and data call services to fixed, mobile and hand portable users. Within these packages, all voice, messaging, and data call services must be requested and terminated by users via a single radio terminal. Network, service, and subscriber management systems and services with facilities for user management access; 3. Facilities/services for organisation structure charting; 4. Comprehensive training facilities/services for end-users of varying disciplines. This provision should be available as an option; 5. A catalogue of digital radio terminal equipment for multiple purposes (e.g., hand-portable, mobile, etc..) and to suit the multiple packages provided by the service. This provision should be available as an option; and 6. An evolutionary technology base capable of providing new services to meet future operational needs. The selected contractor will be expected to demonstrate - 1. significant experience in successfully managing projects of this nature, size and complexity; 2. a proven capacity to provide high quality managed communications and interoperability services to a diverse user base; 3. a proven capacity to satisfactorily operate a nation-wide communications infrastructure; 4. management processes that accord to relevant best practices, including certification of achievement of these best practices; 5. quality assurance systems/processes, specifically in relation to project planning and management, phasing and roll-out management, operations management, contract management and services provision and management. National security considerations are of paramount importance in the provision of the requested services. Consequently, all candidates must be able to demonstrate that all of their services provision will comply with national security requirements. The initial phase of this restricted procedure is intended to result in the selection of a list of 5 suitable candidates to which the full Request for Tender document will issue. This contract notice does not constitute a detailed or final specification of requirements for this project. The information contained in this notice is supplied in order to provide interested parties with sufficient information to prepare their response document for the pre-qualification stage. The information contained herein will be superseded by the detailed requirements of the Request for Tender referred to above which will be issued in due course to the candidates selected from the pre-qualification stage. Please note that no further documentation or further information will issue to candidates entering the pre-qualification round of this restricted tendering procedure. Candidates should frame their responses in the pre-qualification round on the information requested in this Contract Notice. Further information relating to this notice may be available on the eTenders Web Site at http://www.etenders.gov.ie/Search/ Search_Switch.aspx?ID=21505.
Show more Place of performance
ie000 ๐๏ธ Notice metadata
Document type: Contract notice
Nature of contract: Service contract
Regulation: European Communities, with participation by GATT countries
Original language: English ๐ฃ๏ธ
Procedure
Procedure type: Restricted procedure
Award criteria
The most economic tender
Type of bid: Global tender
Awarding authority type: Ministry or any other national or federal authority
Contracting authority Identity
Awarding authority name: Department of Finance
Country: Ireland ๐ฎ๐ช Contact
Internet address: http://www.etenders.gov.ie/๐
Reference Dates
Publication date: 2006-01-06 ๐
Date received: 2006-01-04 ๐
Date dispatched: 2006-01-04 ๐
Submission deadline: 2006-02-10 ๐
Identifiers
Notice number (legacy): 3982-2006
OJ-S issue: 3/2006