Department for Digital, Culture, Media and Sport has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | 102451 Safety Tech Challenge Fund |
Notice type: | Contract Award Notice |
Authority: | Department for Digital, Culture, Media and Sport |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Managed Service requirement for design and administration of the Safety Tech Challenge Fund. A competition challenging UK Safety Tech firms to develop innovative technological solutions addressing the challenges faced by the move by online platforms to end-to-end encrypted environments. The service required will fall into 3 distinct phases: 1) Design and Preparation of the competition; 2) Launch and Application and 3) Development and Assessment. |
Published: | 22/09/2021 11:37 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
DCMS
100 Parliament Street, LONDON, SW1A 2BQ, United Kingdom
Tel. +44 2072112088, Email: commercial@dcms.gov.uk
Main Address: www.dcms.gov.uk
NUTS Code: UK
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: 102451 Safety Tech Challenge Fund
Reference number: 102451
II.1.2) Main CPV code:
75100000 - Administration services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Managed Service requirement for design and administration of the Safety Tech Challenge
Fund. A competition challenging UK Safety Tech firms to develop innovative technological solutions addressing the
challenges faced by the move by online platforms to end-to-end encrypted environments. The service required will fall
into 3 distinct phases: 1) Design and Preparation of the competition; 2) Launch and Application and 3) Development
and Assessment.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 650,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Description of procurement: DCMS requires an external supplier to deliver the Safety Tech Challenge Fund, a competition challenging safety tech firms to develop innovative technological solutions to address online abuse.
The Supplier will be required to lead on the delivery of the competition, including designing and administering successive phases in line with the direction and timeframe specified by HMG, including the delivery, monitoring and assurance of grant funding to selected companies. The challenge should be launched and invite applications by August/September 2021, and be open until 31 March 2022.
Throughout these phases, the Supplier will:
be required to lead on the design, delivery and administration of the competition, including allocation of grant prizes; provide publicity and communications for the competition, working with relevant Departmental Press Offices. The Supplier will not:
Make final decisions regarding the choice of firms to be awarded grants or prizes, except through the sift of applications at the assessment phase. The Fund sponsors (DCMS, Home Office, GCHQ) have decision-making authority in this regard
The outcome of the challenge will be the development of technological solutions with the potential to create lasting impact by improving the capability of companies to detect harmful and illegal content and behaviour, while respecting user privacy. In doing this, the challenge will also aim to create an environment for the forging of partnerships and the exchange of expertise between safety tech innovators and those who use their products.
II.2.5) Award criteria:
Quality criterion - Name: Case Study / Weighting: 5%
Quality criterion - Name: Skills, expertise and capacity / Weighting: 20%
Quality criterion - Name: Methodology / Weighting: 20%
Quality criterion - Name: Project Management and Delivery / Weighting: 15%
Quality criterion - Name: Understanding of the sector / Weighting: 10%
Quality criterion - Name: Social value / Weighting: 10%
Price - Weighting: 20%
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-012004
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: 102451
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/09/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Public Group International Ltd, 10608507
PUBLIC Hall, One Horse Guards Avenue, London, SW1A 2HU, United Kingdom
NUTS Code: UK
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: 650,000
Total value of the contract/lot: 650,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=627952927
VI.4) Procedures for review
VI.4.1) Review body
Department of Culture, Media and Sport
2-4 Cockspur Street, London, SW1Y 5DH, United Kingdom
Tel. +44 02072112088
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: 22/09/2021