Department for Digital, Culture, Media and Sport: Pilots to explore how to achieve superfast coverage beyond 95% of the UK

  Department for Digital, Culture, Media and Sport is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Pilots to explore how to achieve superfast coverage beyond 95% of the UK
Notice type: Contract Notice
Authority: Department for Digital, Culture, Media and Sport
Nature of contract: Services
Procedure: Open
Short Description: II.1.5) Short description of the contract or purchase(s): Introduction Through Broadband Delivery UK's (BDUK's, part of DCMS) current programmes DCMS is already delivering superfast broadband broadband (meaning access (download) speeds of a minimum of 24 Mbps) to reach 90% of premises in the UK and to provide universal access to basic broadband (meaning Basic network infrastructure which enables access (download) speeds of a minimum of 2 Mbps). In June 2013 the government announced a further £250m of funding, locally matched, to support increased coverage of superfast broadband to 95% of premises in the UK by the end of 2017. DCMS’s market engagement in September 2013 showed that new solutions would be required in order to extend coverage beyond 95%, so in addition to existing initiatives, Government also announced an additional £10 million for a competitive fund to market test innovative solutions to deliver superfast broadband services to as many as possible of the unserved, hard-to-reach areas of the UK. The Challenge Through the ITT DCMS is asking Tenderers to (i) propose technical, commercial and operational solutions which have the potential to cover a significant proportion of the remaining 5% of unserved areas in the UK with superfast broadband and (ii) to propose methods by which it can be tested whether these solutions are viable. DCMS will evaluate tendered solutions and intends to award single contracts to fund the desk based design and subsequent deployment of pilot networks for the most economically advantageous solutions. DCMS requires solutions that offer superfast broadband. It recognises that there may be solutions that can offer superfast speeds (i.e. 24 Mbps or higher), while being advanced basic broadband solutions. DCMS is open to receiving responses to this ITT that propose solutions offering a ‘step change’ in capability and superfast speeds, while not being recognised Next Generation Access (NGA) networks . However, Tenderers should note that these solutions could only be used to cover basic broadband white areas, instead of all NGA white areas. The ITT gives further information on the nature of the remaining unserved areas in the UK. There are three approaches to providing a solution that we are particularly interested in receiving tender responses on. These are shown in the lots below. Lots 1. Testing a technology which is technically known to work but where it is currently unknown or uncertain whether it can be used as a viable solution for deploying superfast broadband in the remaining unserved areas. For example, suppliers may choose to bid for projects based on any of the following non-exclusive list of technologies: • Fibre to the pole, kerb or basement or other ‘remote node’, making further incremental fibre upgrades to the parts of the existing copper network; • Fibre direct to the premises • Fixed wireless access, including 4G LTE mobile spectrum for fixed broadband; and • Satellite. 2. Testing novel operating models that increase investment levels through standardisation or aggregation reducing barriers to the market delivering superfast broadband solutions in the remaining unserved areas. Examples of this could include: • Upgrading disparate smaller networks to a common standard to aggregate into a larger, more viable network; • Providing a commercial wrapper (e.g. Business Support Systems/ Operational Support Systems) standardising wholesale product portfolios from disparate networks to present a larger addressable market for ISPs; and • Converting an established vertically-integrated network into a wholesale network and connecting to an ISP’s systems to assess impact on commercial viability of the wholesale-only model compared to the vertically-integrated model. 3. Testing whether there are innovative public / private funding models which will be effective at leveraging new financing investment to allow solutions to be delivered in the remaining unserved areas. Examples of this could include: • Establishing project finance vehicles to leas
Published: 21/03/2014 16:56
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Telecommunications services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Department for Culture, Media and Sport
      100 Parliament Street, London, SW1A 2BQ, United Kingdom
      Tel. +44 07825844710, Email: mtp@culture.gsi.gov.uk, URL: https://www.gov.uk/government/organisations/department-for-culture-media-sport, URL: http://dcms.g2b.info/
      Contact: Broadband Delivery UK, Attn: Simon Waide
      Electronic Submission URL: www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Other: Telecommunications- Superfast Broadband Coverage

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Pilots to explore how to achieve superfast coverage beyond 95% of the UK
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 5

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Telecommunications services. Communications network. Telecommunications network. Internet network. Network infrastructure. Network equipment. Network operating system. Telecommunications equipment and supplies. Wireless telecommunications system. Telecommunications cable and equipment. Telecommunications cable. Telecommunications equipment. Telecommunications facilities. Telecommunications system. Satellite communications equipment. Satellite dishes. Optical telecommunication cables. Communications equipment. Communications infrastructure. Communications cable. Communications cable with coaxial conductors. Construction and ancillary works for telephone and communication lines. Ancillary works for telecommunications. Mobile-telephone base-stations construction work. Construction work for communication lines. Installation of telecommunications equipment. Installation of cable infrastructure. Installation of cable laying. Maintenance services of telecommunications equipment. Telecommunications-infrastructure maintenance services. Communications system maintenance services. Installation services of communications equipment. Telephone and data transmission services. Integrated telecommunications services. Electricity distribution and related services. Telecommunication consultancy services. Systems and technical consultancy services. Information systems or technology strategic review and planning services. Data network management and support services. Internet services. Provider services. Internet service providers ISP. Satellite-related communications equipment. Optical-fibre cables for information transmission. Optical-fibre cables for data transmission. II.1.5) Short description of the contract or purchase(s):

Introduction
Through Broadband Delivery UK's (BDUK's, part of DCMS) current programmes DCMS is already delivering superfast broadband broadband (meaning access (download) speeds of a minimum of 24 Mbps) to reach 90% of premises in the UK and to provide universal access to basic broadband (meaning Basic network infrastructure which enables access (download) speeds of a minimum of 2 Mbps). In June 2013 the government announced a further £250m of funding, locally matched, to support increased coverage of superfast broadband to 95% of premises in the UK by the end of 2017.

DCMS’s market engagement in September 2013 showed that new solutions would be required in order to extend coverage beyond 95%, so in addition to existing initiatives, Government also announced an additional £10 million for a competitive fund to market test innovative solutions to deliver superfast broadband services to as many as possible of the unserved, hard-to-reach areas of the UK.

The Challenge
Through the ITT DCMS is asking Tenderers to (i) propose technical, commercial and operational solutions which have the potential to cover a significant proportion of the remaining 5% of unserved areas in the UK with superfast broadband and (ii) to propose methods by which it can be tested whether these solutions are viable. DCMS will evaluate tendered solutions and intends to award single contracts to fund the desk based design and subsequent deployment of pilot networks for the most economically advantageous solutions.

DCMS requires solutions that offer superfast broadband. It recognises that there may be solutions that can offer superfast speeds (i.e. 24 Mbps or higher), while being advanced basic broadband solutions. DCMS is open to receiving responses to this ITT that propose solutions offering a ‘step change’ in capability and superfast speeds, while not being recognised Next Generation Access (NGA) networks . However, Tenderers should note that these solutions could only be used to cover basic broadband white areas, instead of all NGA white areas.

The ITT gives further information on the nature of the remaining unserved areas in the UK.

There are three approaches to providing a solution that we are particularly interested in receiving tender responses on. These are shown in the lots below.

Lots
1.   Testing a technology which is technically known to work but where it is currently unknown or uncertain whether it can be used as a viable solution for deploying superfast broadband in the remaining unserved areas. For example, suppliers may choose to bid for projects based on any of the following non-exclusive list of technologies:
•   Fibre to the pole, kerb or basement or other ‘remote node’, making further incremental fibre upgrades to the parts of the existing copper network;
•   Fibre direct to the premises
•   Fixed wireless access, including 4G LTE mobile spectrum for fixed broadband; and
•   Satellite.
2.   Testing novel operating models that increase investment levels through standardisation or aggregation reducing barriers to the market delivering superfast broadband solutions in the remaining unserved areas. Examples of this could include:
•   Upgrading disparate smaller networks to a common standard to aggregate into a larger, more viable network;
•   Providing a commercial wrapper (e.g. Business Support Systems/ Operational Support Systems) standardising wholesale product portfolios from disparate networks to present a larger addressable market for ISPs; and
•   Converting an established vertically-integrated network into a wholesale network and connecting to an ISP’s systems to assess impact on commercial viability of the wholesale-only model compared to the vertically-integrated model.
3.   Testing whether there are innovative public / private funding models which will be effective at leveraging new financing investment to allow solutions to be delivered in the remaining unserved areas. Examples of this could include:
•   Establishing project finance vehicles to lease fibre infrastructure, leveraging private finance;
•   Establishing a community delivery model that leverages social funding sources; and
•   Establishing micro-finance loans for consumers to borrow to pay higher install costs over longer periods.
Tenderers are permitted to submit as many Tenders as they wish, provided each response contains a different solution. Each tender response provided by a Tenderer must be submitted in full compliance with the requirements for responses as set out in the ITT. Tenderers should consult paragraphs 4.6 and 4.7 within the ITT for further information on the number and types of Tenders Tenderers can submit.

Evaluation
DCMS will evaluate the tender responses for the most economically advantageous solutions within each Lot. Using the evaluation criteria and process described in the Invitation to Tender DCMS will rank the tender responses in each lot.

Selection of the appropriate portfolio of tender responses
Following the evaluation process to rank Tenders within their respective Lots, DCMS will undertake a process to select the optimum portfolio of Tender responses to contract for. DCMS aims to select the portfolio of Tenders that gives it the best chance of receiving positive answers to the Challenge described in the ITT, as well as giving a broad selection of types of solution and a substantial amount of learning on how to cover a significant proportion of the remaining unserved areas in the UK with superfast broadband.
Appendix F to the ITT provides some worked examples to illustrate how this selection process operates. The Portfolio Selection worked examples will be discussed at the Supplier Days on 28 March and 9 April.
To select the portfolio DCMS will first select the winning Tender within each Lot, provided that Tender has scored a minimum of 50%.
If there is sufficient funding remaining following selection of the winning Tender in each Lot DCMS will select additional Tenders for the portfolio. In determining the additional Tenders to select DCMS will consider the Tenders’ ranks within their Lots, the optimum portfolio of Tenders across the three Lots in accordance with the aims described in the first paragraph of this section and the available funding remaining.
Within any Lot DCMS will always select a higher scoring Tender unless the remaining funding available precludes its selection or the £3.3m funding cap means that Tender cannot be selected.
DCMS reserves the right not to award some or all of the £10m of available funding.
Following this process, DCMS will communicate to all Tenderers that submitted a Tender the portfolio of Tenders it wishes to contract for.

Location of Pilots
Tenderers must select at least three locations where it would be willing to run a pilot for each Tender it submits.
If a Tenderer is successful, DCMS will allocate a location for the pilot based on the Tenderer's stated acceptable locations. The Tenderer must be able to deliver its solution as it has described in its Tender in each of its stated locations without materially varying its solution.
Tenderers' responses to the location of pilots will not be evaluated. Instead they will be used once the successful Tenderers have been selected and before contract award to determine where their pilots will be located.
When allocating a location for each pilot, DCMS will select one or more of the locations the Tenderer has indicated they would be willing to host a pilot in. In making this decision DCMS will consider the nature of the successful Tenderer’s solution, the nature of the locations the Tenderer has indicated and also the locations which the other successful Tenderers have indicated. DCMS aims to select locations which gives rise to the greatest likelihood that pilots will be successful and to ensure an even and fair dispersal of pilots, but will always have regard to its obligation of equal treatment when doing so.
DCMS will consider splitting a pilot across more than one location to test different geotypes where the Tenderer indicates that this is possible.
DCMS will work with Local Bodies and Tenderers to identify the precise areas for the pilots within the broader location.
         
      II.1.6)Common Procurement Vocabulary:
         64200000 - Telecommunications services.
         
         32412000 - Communications network.
         
         32412100 - Telecommunications network.
         
         32412110 - Internet network.
         
         32424000 - Network infrastructure.
         
         32420000 - Network equipment.
         
         32425000 - Network operating system.
         
         32500000 - Telecommunications equipment and supplies.
         
         32510000 - Wireless telecommunications system.
         
         32520000 - Telecommunications cable and equipment.
         
         32521000 - Telecommunications cable.
         
         32522000 - Telecommunications equipment.
         
         32523000 - Telecommunications facilities.
         
         32524000 - Telecommunications system.
         
         32531000 - Satellite communications equipment.
         
         32532000 - Satellite dishes.
         
         32562200 - Optical telecommunication cables.
         
         32570000 - Communications equipment.
         
         32571000 - Communications infrastructure.
         
         32572000 - Communications cable.
         
         32572200 - Communications cable with coaxial conductors.
         
         45232300 - Construction and ancillary works for telephone and communication lines.
         
         45232332 - Ancillary works for telecommunications.
         
         45232340 - Mobile-telephone base-stations construction work.
         
         45231600 - Construction work for communication lines.
         
         45314000 - Installation of telecommunications equipment.
         
         45314300 - Installation of cable infrastructure.
         
         45314310 - Installation of cable laying.
         
         50330000 - Maintenance services of telecommunications equipment.
         
         50332000 - Telecommunications-infrastructure maintenance services.
         
         50334400 - Communications system maintenance services.
         
         51300000 - Installation services of communications equipment.
         
         64210000 - Telephone and data transmission services.
         
         64227000 - Integrated telecommunications services.
         
         65300000 - Electricity distribution and related services.
         
         71316000 - Telecommunication consultancy services.
         
         72220000 - Systems and technical consultancy services.
         
         72222000 - Information systems or technology strategic review and planning services.
         
         72315000 - Data network management and support services.
         
         72400000 - Internet services.
         
         72410000 - Provider services.
         
         72411000 - Internet service providers ISP.
         
         32530000 - Satellite-related communications equipment.
         
         32562100 - Optical-fibre cables for information transmission.
         
         32562300 - Optical-fibre cables for data transmission.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      There is £10m of DCMS funding available for all of the pilots which DCMS might feasibly decide to support. The expectation is that DCMS will award funding to a range of solutions, probably between 5 and 10, although DCMS reserves the right to award to as many or as few as required, up to the limit of £10 million. DCMS's aim from this procurement is to create a portfolio of solutions that gives industry the best range of viable solutions which have the potential to facilitate delivery to a significant proportion of areas remaining without superfast broadband.

DCMS expects funding awards for individual service providers to be between £0.5m and £3.3m.

As explained at section 8.3 of the Statement of Requirements in the ITT, DCMS does not currently anticipate that all costs associated with the pilots will be met by DCMS. It is anticipated that the Tenderer will contribute towards costs and this will be taken into account in scoring the response to the ITT.

There is a funding cap of £3.3m which is the maximum amount any one supplier can win through this tender.         
         Estimated value excluding VAT: 10,000,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 24 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Technology

      1)Short Description:      
      Testing a technology which is technically known to work but where it is currently unknown or uncertain whether it can be used as a viable solution for deploying superfast broadband in the remaining unserved areas. For example, suppliers may choose to bid for projects based on any of the following non-exclusive list of technologies:
•   Fibre to the pole, kerb or basement or other ‘remote node’, making further incremental fibre upgrades to the parts of the existing copper network;
•   Fibre direct to the premises
•   Fixed wireless access, including 4G LTE mobile spectrum for fixed broadband; and
•   Satellite.

      2)Common Procurement Vocabulary:
         64200000 - Telecommunications services.
                  32412000 - Communications network.
                  32412100 - Telecommunications network.
                  32412110 - Internet network.
                  32420000 - Network equipment.
                  32424000 - Network infrastructure.
                  32425000 - Network operating system.
                  32520000 - Telecommunications cable and equipment.
                  32521000 - Telecommunications cable.
                  32522000 - Telecommunications equipment.
                  32523000 - Telecommunications facilities.
                  32524000 - Telecommunications system.
                  32530000 - Satellite-related communications equipment.
                  32531000 - Satellite communications equipment.
                  32562100 - Optical-fibre cables for information transmission.
                  32562200 - Optical telecommunication cables.
                  32562300 - Optical-fibre cables for data transmission.
                  32570000 - Communications equipment.
                  32571000 - Communications infrastructure.
                  32572000 - Communications cable.
                  32572200 - Communications cable with coaxial conductors.
                  45232300 - Construction and ancillary works for telephone and communication lines.
                  45232340 - Mobile-telephone base-stations construction work.
                  45231600 - Construction work for communication lines.
                  45314000 - Installation of telecommunications equipment.
                  45314300 - Installation of cable infrastructure.
                  45314310 - Installation of cable laying.
                  50330000 - Maintenance services of telecommunications equipment.
                  50332000 - Telecommunications-infrastructure maintenance services.
                  50334400 - Communications system maintenance services.
                  51300000 - Installation services of communications equipment.
                  64210000 - Telephone and data transmission services.
                  64227000 - Integrated telecommunications services.
                  65300000 - Electricity distribution and related services.
                  71316000 - Telecommunication consultancy services.
                  72220000 - Systems and technical consultancy services.
                  72222000 - Information systems or technology strategic review and planning services.
                  72315000 - Data network management and support services.
                  72400000 - Internet services.
                  72410000 - Provider services.
         
      3)Quantity Or Scope:      
      A maximum total spend of £10m is available to be awarded across the three lots. The amount awarded in any individual lot may be the maximum £10m, or any lesser amount.

At least one tender will be awarded in this lot provided there is at least one tender with a score of 50% or higher.

There is a cap of £3.3m on the amount of funding any one supplier can win through this tender.               
         Value range between: 0.01 and 10,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 24
                                          
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Operating models

      1)Short Description:      
      Testing novel operating models that increase investment levels through standardisation or aggregation reducing barriers to the market delivering superfast broadband solutions in the remaining unserved areas. Examples of this could include:
•   Upgrading disparate smaller networks to a common standard to aggregate into a larger, more viable network;
•   Providing a commercial wrapper (e.g. BSS/OSS) standardising wholesale product portfolios from disparate networks to present a larger addressable market for ISPs; and
•   Converting an established vertically-integrated network into a wholesale network and connecting to an ISP’s systems to assess impact on commercial viability of the wholesale-only model compared to the vertically-integrated model.

      2)Common Procurement Vocabulary:
         64200000 - Telecommunications services.
         
      3)Quantity Or Scope:      
      A maximum total spend of £10m is available to be awarded across the three lots. The amount awarded in any individual lot may be the maximum £10m, or any lesser amount.

At least one tender will be awarded in this lot provided there is at least one tender with a score of 50% or higher.

There is a cap of £3.3m on the amount of funding any one supplier can win through this tender.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            All Additional CPV codes as listed in II.1.6 will be applicable      
      Lot No: 3
      Title: Financial

      1)Short Description:      
      Testing whether there are innovative public / private funding models which will be effective at leveraging new financing investment to allow solutions to be delivered in the remaining unserved areas. Examples of this could include:
•   Establishing project finance vehicles to lease fibre infrastructure, leveraging private finance;
•   Establishing a community delivery model that leverages social funding sources; and
•   Establishing micro-finance loans for consumers to borrow to pay higher install costs over longer periods.

      2)Common Procurement Vocabulary:
         64200000 - Telecommunications services.
         
      3)Quantity Or Scope:      
      A maximum total spend of £10m is available to be awarded across the three lots. The amount awarded in any individual lot may be the maximum £10m, or any lesser amount.

At least one tender will be awarded in this lot provided there is at least one tender with a score of 50% or higher.

There is a cap of £3.3m on the amount of funding any one supplier can win through this tender.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            All Additional CPV codes as listed in II.1.6 will be applicable         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      DCMS reserves the right to request deposits, guarantees, parent guarantees or other forms of security. Further information is set out in the ITT and draft Agreement
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Detailed information on the contractual terms is set out in the ITT and draft Agreement.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No specific legal form is required, but DCMS reserves the right to either require all operators in a consortium to be jointly and severally liable or to require a consortium to take a particular legal form or require a single prime contractor to take primary liability. This may include a requirement to establish a special purpose vehicle. Further details are set out in the ITT and draft Agreement.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006. DCMS has also set out such information within Invitation to Tender.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006         
         Minimum Level(s) of standards possibly required:
         See the Invitation to Tender for further information
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006.         
         Minimum Level(s) of standards possibly required:
         See the Invitation to Tender for further information      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 100520      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 30/04/2014
         Time: 17:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 180
      
      IV.3.8)Conditions for opening tenders
         Date: 30/04/2014
         Time: 17:00


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.

The deadline for submitting tenders is 17.00 on 30 April 2014. Clarification questions will be accepted until close of business on 23 April 2014.

DCMS reserves the right to not award any or part of this contract(s).

All dates, values and time periods specified in this notice are only provisional and DCMS reserves the right to change these.

DCMS shall not be responsible for any costs, charges or expenses incurred by Bidders and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.

Bidders are advised that DCMS is subject to the Freedom of Information Act 2000 (the "Act"). If a Bidder considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. DCMS shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.

Tenders must be submitted via the Delta e-sourcing portal at www.delta-esourcing.com to be received no later than noon on 30 April 2014. Further information on how to use this portal is set out as an appendix to the ITT.

Section II.1.8 – Please note that Bidders are able to submit separate tenders in separate lots, but that the same solution cannot be submitted in different lots. For each separate tender Tenderers may also submit one alternative pricing option in addition to that tender. This should substantially be the same project but at a reduced scale and cost. Further details on the alternative pricing option can be found in the Invitation to Tender.

DCMS will also host two supplier events where it will present the project and Tenderers will be given the opportunity to ask clarification questions. The same presented content will be covered at both events. To register for either event please use this link https://dcms.eu.qualtrics.com/SE/?SID=SV_6sqyAtHBVZhrtPf and enter details of attendees. Invites are limited to a maximum of two attendees per organisation. The details for the events are:
•   Friday 28 March, 14:30-17:00, DCMS Offices, 100 Parliament Street, London. SW1A 2BQ
•   Wednesday 9 April, 13:00-15:30, DCMS Offices, 100 Parliament Street, London. SW1A 2BQ


While DCMS intends to enter into any contracts for the pilots itself, it may be necessary/appropriate for the executed Agreements between DCMS and the successful Tenderers (or parts of them) to be transferred/novated from DCMS to Local Bodies.

Where such transfer/novation does take place, DCMS will enter into necessary arrangements with the appropriate Local Body to govern the transfer of funds from DCMS to the Local Body and to ensure that DCMS retains oversight and control over the outcomes from the Pilot Services as appropriate.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Telecommunications-services./654C3AC328

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/654C3AC328
GO-2014321-PRO-5547173 TKR-2014321-PRO-5547172
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 21/03/2014

ANNEX A

View any Notice Addenda

View Award Notice