Department for Digital, Culture, Media and Sport is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Safety Tech Challenge Fund |
Notice type: | Contract 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: | 28/05/2021 13:18 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department for Digital Culture Media and Sport, United Kingdom
100 Parliament Street, London, SW1A 2BQ, United Kingdom
Tel. +44 2072116000, Email: commercial@dcms.gov.uk
Contact: DCMS Commercial
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Administration-services./99YW3M2MS2
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/99YW3M2MS2 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: 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.1.5) Estimated total value:
Value excluding VAT: 650,000
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:
UK UNITED KINGDOM
II.2.4) 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:
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: 650,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 19/07/2021 / End: 31/03/2022
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: Receipt of tenders MUST be no later than 12:00 noon (GMT) on 28 June 2021
The Department may extend the contract for a further one year in tree month increments
The estimated budget value of £650,000 is split into (1) Fund Administration of £225,000 maximum and (2) Prize fund pool of £425,000 minimum.
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/06/2021 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: 28/06/2021
Time: 12:00
Place:
UK
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.
Receipt of tenders MUST be no later than 12:00 noon (GMT) on 28th June 2021.
The Department reserves the right to extend the contract for a further 3 months and the estimated value of the contract value provided within the contract notice includes any possible contract extension.
The estimated budget value for these requirements is £650,000. This budget covers:
●the administrative cost of running, promoting and evaluating the fund, and supporting the fund participants (this must be no more than £225,000);
●the pool of prize funding, to be divided between five recipient companies (the prize fund pool must be no less than £425,000, which would provide £85,000 funding to each company).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Administration-services./99YW3M2MS2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/99YW3M2MS2
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 02072116000, Email: commercai@dcms.gov.uk
Internet address: www.dcms.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: 28/05/2021
Annex A