Department for Digital, Culture, Media and Sport is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | DCMS National Voucher Scheme: Field Force Audit Service |
Notice type: | Contract Notice |
Authority: | Department for Digital, Culture, Media and Sport |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | DCMS launched the Gigabit Broadband Voucher Scheme (“the Scheme”) on 27 March 2018 across all postcode areas in the UK. As part of the Scheme’s value for money controls, there is a requirement to conduct audits of certain completed installations to confirm that the installations are compliant with the terms of the Scheme. DCMS are seeking to appoint a Supplier to gather the specified information about certain broadband installations across the UK which have been funded (or part-funded) by the Scheme. Other programmes across the department requiring field force audits may be included during the contract period. |
Published: | 07/06/2018 18:12 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department for Digital, Culture, Media and Sport
Floor 1, 100 Parliament Street, LONDON, SW1A 2BQ, United Kingdom
Email: commercial@culture.gov.uk
Contact: Margaret Christensen
Main Address: https://www.gov.uk/government/organisations/department-for-digital-culture-media-sport
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: http://www.delta-esourcing.com/tenders/UK-UK-LONDON:-Auditing-services./6DADRVATM2
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/6DADRVATM2 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
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: DCMS National Voucher Scheme: Field Force Audit Service
Reference Number: 101063
II.1.2) Main CPV Code:
79212000 - Auditing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: DCMS launched the Gigabit Broadband Voucher Scheme (“the Scheme”) on 27 March 2018 across all postcode areas in the UK. As part of the Scheme’s value for money controls, there is a requirement to conduct audits of certain completed installations to confirm that the installations are compliant with the terms of the Scheme.
DCMS are seeking to appoint a Supplier to gather the specified information about certain broadband installations across the UK which have been funded (or part-funded) by the Scheme. Other programmes across the department requiring field force audits may be included during the contract period.
II.1.5) Estimated total value:
Value excluding VAT: 2,750,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
32522000 - Telecommunications equipment.
32412000 - Communications network.
32412100 - Telecommunications network.
32400000 - Networks.
35123000 - Site-identification equipment.
32420000 - Network equipment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: DCMS Voucher Scheme: Field Force Audit Service
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: 2,750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
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: Yes
Description of options: The Contracting Authority reserves the right to extend the Contract for a further 12 months.
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:
Selection criteria as stated in the procurement documents
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: Yes
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: 10/07/2018 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: 10/07/2018
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.
Background: Local Full Fibre Network (LFFN) Programme
Through Broadband Delivery UK's (BDUK's, part of DCMS) the LFFN Programme aims to stimulate commercial investment in full fibre networks across the whole of the UK landscape, including rural and urban locations in England, Scotland, Wales and Northern Ireland, by demonstrating approaches that encourage additional private investment and by making sustainable commercial deployments viable.
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-LONDON:-Auditing-services./6DADRVATM2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6DADRVATM2
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
LONDON, WC1A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
LONDON, WC1A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the Contract is entered into. If an appeal regarding the award of a Contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
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: 07/06/2018
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
Floor 1, 100 Parliament Street, LONDON, SW1A 2BQ, United Kingdom
Email: commercial@culture.gov.uk
Contact: Margaret Christensen
Main Address: https://www.gov.uk/government/organisations/department-for-digital-culture-media-sport
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:
Other activity: Other: Telecommunications
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: DCMS National Voucher Scheme: Field Force Audit Service
Reference number: 101063
II.1.2) Main CPV code:
79212000 - Auditing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: DCMS launched the Gigabit Broadband Voucher Scheme (“the Scheme”) on 27 March 2018 across all postcode areas in the UK. As part of the Scheme’s value for money controls, there is a requirement to conduct audits of certain completed installations to confirm that the installations are compliant with the terms of the Scheme.
DCMS are seeking to appoint a Supplier to gather the specified information about certain broadband installations across the UK which have been funded (or part-funded) by the Scheme. Other programmes across the department requiring field force audits may be included during the contract period.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
32522000 - Telecommunications equipment.
32412000 - Communications network.
32412100 - Telecommunications network.
32400000 - Networks.
35123000 - Site-identification equipment.
32420000 - Network equipment.
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: DCMS Voucher Scheme: Field Force Audit Service
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:The Contracting Authority reserves the right to extend the Contract for a further 12 months.
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: 101063
Lot Number: Not Provided
Title: DCMS National Vocucher Scheme Field Force Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/08/2018
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
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: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Campbell & Kennedy Limited
Unit 11 Telford Court 9 South Avenue, Clydebank Business Park, Clydebank, G81 2NR, 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: 1,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: Background: Local Full Fibre Network (LFFN) Programme
Through Broadband Delivery UK's (BDUK's, part of DCMS) the LFFN Programme aims to stimulate commercial investment in full fibre networks across the whole of the UK landscape, including rural and urban locations in England, Scotland, Wales and Northern Ireland, by demonstrating approaches that encourage additional private investment and by making sustainable commercial deployments viable.
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=343510252
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
LONDON, WC1A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
LONDON, WC1A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the Contract is entered into. If an appeal regarding the award of a Contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 05/09/2018