Type of document: Contract Notice
Country: United Kingdom
1. Title: REVISED LEASED TRANSMISSION SERVICES – EXPORTING OPPORTUNITY – SHORT DEADLINE
2. Awarding Authority: Secretary of State for Business, Innovation & Skills acting on behalf of UK Trade & Investment (UKTI), GB. Web:
3. Contract type: Service contract
4. Description: Opportunity type NATO
Industry Defence
Notification of intent (NOI) to invite bids for the implementation and service delivery of the revised leased transmission services (LTX-R).
The reference for the Invitation for bid (IFB) is IFB-CO-115754-LTX-R, and all correspondence concerning the IFB should reference this number.
The not-to-exceed ceiling price for the services and deliverables included within the scope of the intended service provision contract is EUR 48M (including the period of 3 option years), for a minimum of 3 years of the base contract period of performance.
The NCI Agency reserves the right to amend the envisaged base contract duration throughout the IFB stage, as may be directed by the Budget Committee.
The NCI Agency will use the international competitive bidding (ICB) procedure, best value (BV) evaluation. The successful bid for the LTX-R delivery, pursuant to the IFB following this NOI, will be the bid which is deemed to offer the best value in accordance with predefined bid evaluation criteria, which for the contract will be detailed in the IFB. The top-level criteria weightings will be 50% technical and 50% price.
Bidders will be required to declare a bid validity of 12 months from closing date for receipt of bids, supported by a bid guarantee of 300,000.00 EUR. Should the selection and award procedure exceed the 12 months after bid closing date, firms will be requested to voluntarily extend the validity of their bids and bid guarantee accordingly. Bidders may decline to do so, however they shall withdraw their bid and excuse themselves from the bidding process without penalty.
The participating National Authorities are advised that the IFB package will only contain “NATO UNCLASSIFIED” material. However, execution of the proposed contract will require unescorted access and work of contractor personnel at NATO Class II security areas.In accordance with reference C, personnel of the winning bidder will be required to hold individual security clearances of “NATO SECRET”.
Only companies maintaining appropriate personnel clearances will be able to perform the resulting contract. Bidders are to note that contract award will not be delayed in order to allow contractor personnel to obtain missing clearances.
The revised transmission leased services project, hereafter referred to as LTX-R, describes the enhanced Ethernet capability, interconnecting approximately 85 NATO Edge Nodes to the three NATO Core Nodes, which serve as the NATO Data Centre (DC) locations. Edge nodes are not co-located with Core nodes, while the latter ones (Core Nodes) are located as follows:
Evere, Belgium as a first option and Castlegate, Germany, as alternative option
Mons, Belgium
Lago di Patria, Italy
The scope of the NATO Core Nodes are covered under the current Transport Core Services (TCS) and is not part of the intended IFB.
LTX-R will address technical specifications and operational requirements with regards to interconnectivity, capacity, performance, availability and resiliency.
LTX-R shall migrate and replace (where applicable) any existing interconnectivity and services already provided to the purchaser via other contracts, in a fully controlled transition period, without impacting or affecting existing service operations.
LTX-R shall ensure the proper design, transition, service operation, continual service improvement and life-cycle management of the provided services.
LTX-R shall ensure monitoring and performance reporting capabilities of the provided services.
LTX-R shall rely on MEF-compliant Ethernet transport services, delivered over contractor owned and contractor operated (CO-CO) infrastructure. Services will be terminated on NATO owned equipment (purchaser furnished equipment – PFEs) as point-to-point Ethernet virtual circuits (EVCs).
With regards to the timelines, the effective date of contract (EDC) is envisaged in Q3 2023, with an implementation period of 15 months and a service activation date on the 1 January 2025.
The contract performance base period will be 3 years, followed by 3 (1+1+1) optional years.
5. CPV Code(s): 72318000, 72000000
6. NUTS code(s): UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, UKK, UKL, UKM, UKN
7. Main site or location of works, main place of delivery or main place of performance: NATO
8. Reference attributed by awarding authority: The reference for the Invitation for bid (IFB) is IFB-CO-115754-LTX-R
9. Estimated value of requirement: Not provided.
10. Opportunity closing date 22.9.2022.
11. Address to which they must be sent: To register your interest in the above opportunity please visit:
12. Other information: TKR-2022916-EX-1882509