Department for Digital, Culture, Media and Sport is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Analysis and Practical Research on Data Portability |
Notice type: | Contract Notice |
Authority: | Department for Digital, Culture, Media and Sport |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | We are commissioning research in order to assess the potential gains to consumers and the economy of making data across various sectors and applications more easily portable. In particular, we would like to gain a better understanding of the potential of data portability as a beneficial tool for consumers in a competitive market. We also aim to develop an example of how data portability that works for consumers and businesses might be practically achieved. |
Published: | 11/01/2018 16:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department for Digital, Culture, Media and Sport
100 Parliament Street, London, SW1A 2BQ, United Kingdom
Tel. +44 2072116000, Email: commercial@culture.gov.uk
Contact: DCMS Commercial
Main Address: www.gov.uk/dcms, Address of the buyer profile: www.gov.uk/dcms
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Research-services./C6CT8VE76N
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/C6CT8VE76N to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Analysis and Practical Research on Data Portability
Reference Number: 101045
II.1.2) Main CPV Code:
73110000 - Research services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: We are commissioning research in order to assess the potential gains to consumers and the economy of making data across various sectors and applications more easily portable. In particular, we would like to gain a better understanding of the potential of data portability as a beneficial tool for consumers in a competitive market. We also aim to develop an example of how data portability that works for consumers and businesses might be practically achieved.
II.1.5) Estimated total value:
Value excluding VAT: 250,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: We are commissioning research in order to assess the potential gains to consumers and the economy of making data across various sectors and applications more easily portable. In particular, we would like to gain a better understanding of the potential of data portability as a beneficial tool for consumers in a competitive market. We also aim to develop an example of how data portability that works for consumers and businesses might be practically achieved.
This research project consists of two parts. The first part will increase the evidence base for considering the potential usefulness of data portability as a market-building tool. It will consider previous iterations of the portability principle in the UK and other EU countries and assess what lessons we can learn from them. The second part will seek to apply this learning to the development of a tool and associated documentation
Our broad objectives are to:
a)Highlight the potential benefits of portability, within the context of the data economy and the promotion of efficient use of data;
b)Identify and engage with sectors where portability initiatives have not yet been established and where portability could offer a particular benefit to both data controllers and data subjects;
c)Assess the role that government, regulators, industry and other stakeholders should take in supporting data portability;
a)Develop a tool to demonstrate this benefit through a practical application of the portability right, including documentation to allow other sectors to more efficiently consider how they could adopt a similar model.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 27/02/2018 / End: 23/04/2018
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/02/2018 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 12/02/2018
Time: 12:00
Place:
London
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Please note that the estimated value of this requirement is in the range of £230,000 to £250,000 excluding VAT. Please note that, while not the only criteria, pricing is a key element of our evaluation criteria.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-services./C6CT8VE76N
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C6CT8VE76N
VI.4) Procedures for review
VI.4.1) Review body:
Department of Digital, Culture, Media and Sport
100 Parliament Street, London, SW1A 2BQ, United Kingdom
Tel. +44 2072116000, Email: commercial@culture.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 11/01/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department for Digital, Culture, Media and Sport
100 Parliament Street, London, SW1A 2BQ, United Kingdom
Tel. +44 2072116000, Email: commercial@culture.gov.uk
Contact: DCMS Commercial
Main Address: www.gov.uk/dcms, Address of the buyer profile: www.gov.uk/dcms
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Analysis and Practical Research on Data Portability
Reference number: 101045
II.1.2) Main CPV code:
73110000 - Research services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: We are commissioning research in order to assess the potential gains to consumers and the economy of making data across various sectors and applications more easily portable. In particular, we would like to gain a better understanding of the potential of data portability as a beneficial tool for consumers in a competitive market. We also aim to develop an example of how data portability that works for consumers and businesses might be practically achieved.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 235,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: We are commissioning research in order to assess the potential gains to consumers and the economy of making data across various sectors and applications more easily portable. In particular, we would like to gain a better understanding of the potential of data portability as a beneficial tool for consumers in a competitive market. We also aim to develop an example of how data portability that works for consumers and businesses might be practically achieved.
This research project consists of two parts. The first part will increase the evidence base for considering the potential usefulness of data portability as a market-building tool. It will consider previous iterations of the portability principle in the UK and other EU countries and assess what lessons we can learn from them. The second part will seek to apply this learning to the development of a tool and associated documentation
II.2.5) Award criteria:
Quality criterion - Name: Case Study / Weighting: 10
Quality criterion - Name: Skills, Capacity and Expertise / Weighting: 10
Quality criterion - Name: Methodology / Weighting: 24
Quality criterion - Name: Understanding of the sector / Weighting: 10
Quality criterion - Name: Ability to deliver within tender timeframe / Weighting: 16
Cost criterion - Name: Pricing / Weighting: 30
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 101045
Lot Number: Not Provided
Title: Analysis and Pratical Research on Data Portability
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/02/2018
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Ctrl-Shift Limited
Somerset House, Strand, London, WC2R 1LA, United Kingdom
Internet address: https://www.ctrl-shift.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 250,000
Total value of the contract/lot: 235,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Please note that the estimated value of this requirement is in the range of £230,000 to £250,000 excluding VAT. Please note that, while not the only criteria, pricing is a key element of our evaluation criteria.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=323802068
VI.4) Procedures for review
VI.4.1) Review body
Department of Digital, Culture, Media and Sport
100 Parliament Street, London, SW1A 2BQ, United Kingdom
Tel. +44 2072116000, Email: commercial@culture.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 01/06/2018