Department for Digital, Culture, Media and Sport is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Technical analysis and comparison of approaches to bias identification and mitigation in decision making algorithms |
Notice type: | Contract Notice |
Authority: | Department for Digital, Culture, Media and Sport |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | With particular reference to approaches within financial services and recruitment, The Centre for Data Ethics and Innovation (CDEI) is commissioning a piece of research analysing, assessing and comparing the various approaches to bias mitigation as well as providing detailed technical standards which could be used to identify bias and means for mitigating bias. We will use the outputs produced through this work to develop our recommendations for Government themed around the areas of tools, data and governance which will be published in March 2020. We will provide an initial list of tools and approaches to guide the assessment and standards development, however further work will be needed to ensure this has sufficient coverage to capture all the key approaches available. The focus of our work in this space is financial services and recruitment. Therefore, we would expect this work to provide good coverage and analysis of tools that are explicitly aimed at these two sectors. |
Published: | 25/09/2019 14:39 |
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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-consultancy-services./M4T973ZQ3F
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/M4T973ZQ3F 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: https://www.delta-esourcing.com/tenders/UK-title/M4T973ZQ3F
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: Technical analysis and comparison of approaches to bias identification and mitigation in decision making algorithms
Reference Number: 101579
II.1.2) Main CPV Code:
73210000 - Research consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: With particular reference to approaches within financial services and recruitment, The Centre for Data Ethics and Innovation (CDEI) is commissioning a piece of research analysing, assessing and comparing the various approaches to bias mitigation as well as providing detailed technical standards which could be used to identify bias and means for mitigating bias. We will use the outputs produced through this work to develop our recommendations for Government themed around the areas of tools, data and governance which will be published in March 2020. We will provide an initial list of tools and approaches to guide the assessment and standards development, however further work will be needed to ensure this has sufficient coverage to capture all the key approaches available. The focus of our work in this space is financial services and recruitment. Therefore, we would expect this work to provide good coverage and analysis of tools that are explicitly aimed at these two sectors.
II.1.5) Estimated total value:
Value excluding VAT: 125,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
73110000 - Research services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: With particular reference to approaches within financial services and recruitment, The Centre for Data Ethics and Innovation (CDEI) is commissioning a piece of research analysing, assessing and comparing the various approaches to bias mitigation as well as providing detailed technical standards which could be used to identify bias and means for mitigating bias. We will use the outputs produced through this work to develop our recommendations for Government themed around the areas of tools, data and governance which will be published in March 2020.
We will provide an initial list of tools and approaches to guide the assessment and standards development, however further work will be needed to ensure this has sufficient coverage to capture all the key approaches available.
The focus of our work in this space is financial services and recruitment. Therefore, we would expect this work to provide good coverage and analysis of tools that are explicitly aimed at these two sectors. However, we would also want tools included which had a more general applicability. Throughout the analysis, we would expect commentary on how these approaches may differ depending on the sector in which they are applied.
Drawing on the comparison and overall assessment of tools, the Supplier should then provide separate detailed technical standards for analytical products or services, which are used to identify bias and means for mitigating bias. We would expect these standards to take into account the different decision-making contexts that bias may occur in, specifically in relation to financial services and recruitment.
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: 125,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 25/11/2019 / End: 31/01/2020
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/10/2019 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: 25/10/2019
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), 25th October 2019 (the deadline for receipt of Tender Responses). 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:-Research-consultancy-services./M4T973ZQ3F
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M4T973ZQ3F
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: 25/09/2019
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: Technical analysis and comparison of approaches to bias identification and mitigation in decision making algorithms
Reference number: 101579
II.1.2) Main CPV code:
73210000 - Research consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: With particular reference to approaches within financial services and recruitment, The Centre for Data Ethics and Innovation (CDEI) is commissioning a piece of research analysing, assessing and comparing the various approaches to bias mitigation as well as providing detailed technical standards which could be used to identify bias and means for mitigating bias. We will use the outputs produced through this work to develop our recommendations for Government themed around the areas of tools, data and governance which will be published in March 2020. We will provide an initial list of tools and approaches to guide the assessment and standards development, however further work will be needed to ensure this has sufficient coverage to capture all the key approaches available. The focus of our work in this space is financial services and recruitment. Therefore, we would expect this work to provide good coverage and analysis of tools that are explicitly aimed at these two sectors.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 125,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
73110000 - Research services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: With particular reference to approaches within financial services and recruitment, The Centre for Data Ethics and Innovation (CDEI) is commissioning a piece of research analysing, assessing and comparing the various approaches to bias mitigation as well as providing detailed technical standards which could be used to identify bias and means for mitigating bias. We will use the outputs produced through this work to develop our recommendations for Government themed around the areas of tools, data and governance which will be published in March 2020.
We will provide an initial list of tools and approaches to guide the assessment and standards development, however further work will be needed to ensure this has sufficient coverage to capture all the key approaches available.
The focus of our work in this space is financial services and recruitment. Therefore, we would expect this work to provide good coverage and analysis of tools that are explicitly aimed at these two sectors. However, we would also want tools included which had a more general applicability. Throughout the analysis, we would expect commentary on how these approaches may differ depending on the sector in which they are applied.
Drawing on the comparison and overall assessment of tools, the Supplier should then provide separate detailed technical standards for analytical products or services, which are used to identify bias and means for mitigating bias. We would expect these standards to take into account the different decision-making contexts that bias may occur in, specifically in relation to financial services and recruitment.
II.2.5) Award criteria:
Quality criterion - Name: Skills, expertise and capacity / Weighting: 20
Quality criterion - Name: Methodology / Weighting: 30
Quality criterion - Name: Data Protection / Weighting: 5
Quality criterion - Name: Understanding of the sector / Weighting: 15
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
Notice number in the OJEU: 2019/S 188-457444
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: 101579
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: 19/03/2020
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
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)
Faculty Science Ltd, 08873131
54 Welbeck Street, London, W1G 9XS, United Kingdom
Internet address: https://faculty.ai/
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: 125,000
Total value of the contract/lot: 125,000
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.
Tenders must be submitted via the Delta e-sourcing portal to be received no later than 12:00hrs (BST), 25th October 2019 (the deadline for receipt of Tender Responses). 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=483737790
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: 23/03/2020