Department for Digital, Culture, Media and Sport is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | London Cyber Innovation Centre |
Notice type: | Contract Notice |
Authority: | Department for Digital, Culture, Media and Sport |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | As the UK Government department responsible for cyber security growth and innovation policy, the Department for Digital, Culture Media & Sport is seeking to procure a supplier to deliver the London cyber innovation centre. Consistent with the aims of the National Cyber Security Strategy, the innovation centre will act as a focal point for innovators and cyber security start-up companies to base themselves in the early stage of their development as they strive to develop ideas and concepts in collaboration with industry, leading ultimately to the creation of new products and solutions with a potential end customer in mind. The centre should act as a catalyst for new ideas, leading to bold and inventive cyber security solutions. It should provide a range of bespoke support to the UK’s brightest, most innovative companies and entrepreneurs, including support from the organisations that have informed the challenge lists and the selection of those companies/entrepreneurs. |
Published: | 18/07/2017 16:58 |
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 72116000, Email: commercial@culture.gov.uk
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:-Business-and-management-consultancy-and-related-services./2X6B8P28B4
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/2X6B8P28B4 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: http://www.delta-esourcing.com/tenders/UK-title/2X6B8P28B4
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: London Cyber Innovation Centre
Reference Number: 100686
II.1.2) Main CPV Code:
79400000 - Business and management consultancy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: As the UK Government department responsible for cyber security growth and innovation policy, the Department for Digital, Culture Media & Sport is seeking to procure a supplier to deliver the London cyber innovation centre. Consistent with the aims of the National Cyber Security Strategy, the innovation centre will act as a focal point for innovators and cyber security start-up companies to base themselves in the early stage of their development as they strive to develop ideas and concepts in collaboration with industry, leading ultimately to the creation of new products and solutions with a potential end customer in mind.
The centre should act as a catalyst for new ideas, leading to bold and inventive cyber security solutions. It should provide a range of bespoke support to the UK’s brightest, most innovative companies and entrepreneurs, including support from the organisations that have informed the challenge lists and the selection of those companies/entrepreneurs.
II.1.5) Estimated total value:
Value excluding VAT: 12,100,000
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: As the UK Government department responsible for cyber security growth and innovation policy, the Department for Digital, Culture Media & Sport is seeking to procure a supplier to deliver the London cyber innovation centre. Consistent with the aims of the National Cyber Security Strategy, the innovation centre will act as a focal point for innovators and cyber security start-up companies to base themselves in the early stage of their development as they strive to develop ideas and concepts in collaboration with industry, leading ultimately to the creation of new products and solutions with a potential end customer in mind.
The centre should act as a catalyst for new ideas, leading to bold and inventive cyber security solutions. It should provide a range of bespoke support to the UK’s brightest, most innovative companies and entrepreneurs, including support from the organisations that have informed the challenge lists and the selection of those companies and entrepreneurs. It is our vision that the centre should represent a new approach to fostering collaboration in cyber security across different sectors and to support cyber security start-ups to grow and scale at a rapid pace.
It is our aim that the centre will provide a unique environment in which talent, creativity, entrepreneurship and innovation can flourish. The centre should not be just another accelerator programme or incubator facility, but an environment in which cyber security start-ups and companies are supported to develop products and solutions in collaboration with industry partners. To support that endeavour, those start-ups should also be afforded access to high-quality support relative to their needs through a holistic and tailored approach.
Our investment is intended to support the establishment of the centre and its initial operation and it is our intention that the centre will become self-sustaining beyond that initial investment. The supplier will be expected to demonstrate in their bid how they propose to make the centre self-sustaining after the initial three-year period.
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: 12,100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 02/01/2018 / End: 31/03/2021
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
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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: 2016/S 181 - 324709
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 31/08/2017 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): 4
IV.2.7) Conditions for opening of tenders:
Date: 31/08/2017
Time: 12:00
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. Tenders must be submitted via the Delta e-sourcing portal to be received no later than 12:00hrs (BST) Thursday 31st August 2017. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Business-and-management-consultancy-and-related-services./2X6B8P28B4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2X6B8P28B4
VI.4) Procedures for review
VI.4.1) Review body:
Department for Culture, Media and Sport
100 Parliament Street, London, SW1A 2BQ, United Kingdom
Tel. +44 72116000
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: 18/07/2017
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 72116000, Email: commercial@culture.gov.uk
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: London Cyber Innovation Centre
Reference number: 100686
II.1.2) Main CPV code:
79400000 - Business and management consultancy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: As the UK Government department responsible for cyber security growth and innovation policy, the Department for Digital, Culture Media & Sport is seeking to procure a supplier to deliver the London cyber innovation centre. Consistent with the aims of the National Cyber Security Strategy, the innovation centre will act as a focal point for innovators and cyber security start-up companies to base themselves in the early stage of their development as they strive to develop ideas and concepts in collaboration with industry, leading ultimately to the creation of new products and solutions with a potential end customer in mind.
The centre should act as a catalyst for new ideas, leading to bold and inventive cyber security solutions. It should provide a range of bespoke support to the UK’s brightest, most innovative companies and entrepreneurs, including support from the organisations that have informed the challenge lists and the selection of those companies/entrepreneurs.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 11,259,799
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: As the UK Government department responsible for cyber security growth and innovation policy, the Department for Digital, Culture Media & Sport is seeking to procure a supplier to deliver the London cyber innovation centre. Consistent with the aims of the National Cyber Security Strategy, the innovation centre will act as a focal point for innovators and cyber security start-up companies to base themselves in the early stage of their development as they strive to develop ideas and concepts in collaboration with industry, leading ultimately to the creation of new products and solutions with a potential end customer in mind.
The centre should act as a catalyst for new ideas, leading to bold and inventive cyber security solutions. It should provide a range of bespoke support to the UK’s brightest, most innovative companies and entrepreneurs, including support from the organisations that have informed the challenge lists and the selection of those companies and entrepreneurs.
II.2.5) Award criteria:
Quality criterion - Name: Experience / Weighting: 10
Quality criterion - Name: Sector Knowledge / Weighting: 10
Quality criterion - Name: Approach (Facilities) / Weighting: 20
Quality criterion - Name: Approach (Delivery Model) / Weighting: 25
Quality criterion - Name: Project Management (Business & Operational Plans) / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Presentation / Weighting: 5
Cost criterion - Name: Price / Weighting: 10
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: 100686
Lot Number: Not Provided
Title: London Cyber Innovation Centre
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/03/2018
V.2.2) Information about tenders
Number of tenders received: 5
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: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Plexal (City) Limited
14 East Bay Lane, Press Centre, Here East,, Queen Elizabeth Olympic Park, London, E15 2GW, United Kingdom
Internet address: http://www.plexal.com/
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: 12,100,000
Total value of the contract/lot: 11,259,799
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Section VI: Complementary information
VI.3) Additional information: This is a Contract Award Notice - this tender opportunity has been concluded.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=312507453
VI.4) Procedures for review
VI.4.1) Review body
Department for Digital, Culture, Media and Sport
100 Parliament Street, London, SW1A 2BQ, United Kingdom
Tel. +44 72116000
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: 13/04/2018