Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DfE - Project Gigabit Consultancy

  • First published: 10 November 2022
  • Last modified: 10 November 2022
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-038074
Published by:
Department for the Economy
Authority ID:
AA58470
Publication date:
10 November 2022
Deadline date:
12 December 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The UK Gigabit Programme is the UK Government’s £5bn programme to deliver ‘lighting fast, reliable broadband to all premises in the UK’. The UK Government has set a target to deliver gigabit capable infrastructure to a minimum of 85 percent of premises by 2025, and all premises ‘as soon as possible’. Northern Ireland is well placed to lead the rest of the UK in terms of access to gigabit capable broadband, building on momentum created by considerable commercial and public investment in broadband infrastructure. The purpose of this consultancy assignment is: • Outline Business Case (OBC) – develop an OBC for Project Gigabit in line with the Better Business Cases NI Five Case Model. The OBC will undertake a detailed assessment of value for money, affordability and achievability including a full economic appraisal and other key management information. The OBC will be used to inform any investment decision and provide evidence if the project can proceed to procurement. • Pre-procurement - support the development of the procurement process including advice on draft contract documents and ITT documentation. The Contractor will provide the necessary and appropriate technical, financial and economic support and advice to assist DfE in the development of the technical and financial specification requirements for this project. • Procurement - advise on evaluation of bids. The Contractor will be required to assist with the evaluation of the technical and financial aspects of submitted bids against the technical and financial specification and criteria. • Full Business Case (FBC) - the Contractor will be required to provide the necessary economic support to develop and complete the Full Business Case for the project in line with the Better Business Cases NI Five Case Model, leading to contract award. • Implementation phase of broadband contract - provide specialist technical and financial advice during the implementation of a contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for the Economy

Adelaide House , 39-49 Adelaide Street

BELFAST

BT2 8FD

UK

Contact person: ssdadmin.cpdfinance-ni.gov.uk

E-mail: ssdadmin.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


Tenders or requests to participate must be sent 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://etendersni.gov.uk/epps


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DfE - Project Gigabit Consultancy

II.1.2) Main CPV code

71316000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The UK Gigabit Programme is the UK Government’s £5bn programme to deliver ‘lighting fast, reliable broadband to all premises in the UK’. The UK Government has set a target to deliver gigabit capable infrastructure to a minimum of 85 percent of premises by 2025, and all premises ‘as soon as possible’. Northern Ireland is well placed to lead the rest of the UK in terms of access to gigabit capable broadband, building on momentum created by considerable commercial and public investment in broadband infrastructure. The purpose of this consultancy assignment is: • Outline Business Case (OBC) – develop an OBC for Project Gigabit in line with the Better Business Cases NI Five Case Model. The OBC will undertake a detailed assessment of value for money, affordability and achievability including a full economic appraisal and other key management information. The OBC will be used to inform any investment decision and provide evidence if the project can proceed to procurement. • Pre-procurement - support the development of the procurement process including advice on draft contract documents and ITT documentation. The Contractor will provide the necessary and appropriate technical, financial and economic support and advice to assist DfE in the development of the technical and financial specification requirements for this project. • Procurement - advise on evaluation of bids. The Contractor will be required to assist with the evaluation of the technical and financial aspects of submitted bids against the technical and financial specification and criteria. • Full Business Case (FBC) - the Contractor will be required to provide the necessary economic support to develop and complete the Full Business Case for the project in line with the Better Business Cases NI Five Case Model, leading to contract award. • Implementation phase of broadband contract - provide specialist technical and financial advice during the implementation of a contract.

II.1.5) Estimated total value

Value excluding VAT: 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71621000

72220000

72100000

72600000

79411000

73220000

73200000

73210000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

The UK Gigabit Programme is the UK Government’s £5bn programme to deliver ‘lighting fast, reliable broadband to all premises in the UK’. The UK Government has set a target to deliver gigabit capable infrastructure to a minimum of 85 percent of premises by 2025, and all premises ‘as soon as possible’. Northern Ireland is well placed to lead the rest of the UK in terms of access to gigabit capable broadband, building on momentum created by considerable commercial and public investment in broadband infrastructure. The purpose of this consultancy assignment is: • Outline Business Case (OBC) – develop an OBC for Project Gigabit in line with the Better Business Cases NI Five Case Model. The OBC will undertake a detailed assessment of value for money, affordability and achievability including a full economic appraisal and other key management information. The OBC will be used to inform any investment decision and provide evidence if the project can proceed to procurement. • Pre-procurement - support the development of the procurement process including advice on draft contract documents and ITT documentation. The Contractor will provide the necessary and appropriate technical, financial and economic support and advice to assist DfE in the development of the technical and financial specification requirements for this project. • Procurement - advise on evaluation of bids. The Contractor will be required to assist with the evaluation of the technical and financial aspects of submitted bids against the technical and financial specification and criteria. • Full Business Case (FBC) - the Contractor will be required to provide the necessary economic support to develop and complete the Full Business Case for the project in line with the Better Business Cases NI Five Case Model, leading to contract award. • Implementation phase of broadband contract - provide specialist technical and financial advice during the implementation of a contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualitative Criteria / Weighting: 70

Cost criterion: Quantitative Criterion / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

.


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/12/2022

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 12/03/2023

IV.2.7) Conditions for opening of tenders

Date: 12/12/2022

Local time: 15:30

Information about authorised persons and opening procedure:

Construction and Procurement Delivery Authorised Personnel

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly, of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. The figure indicated in II.1.5 represents an estimated contract value £500,000 and may increase during the life of the contract to accommodate changes. Any increases/modifications will be managed in accordance with the relevant public procurement regulations. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for Economic Operators when submitting a bid for this competition. In addition, neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their. performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the Notice.

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

United Kingdom

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

09/11/2022

Coding

Commodity categories

ID Title Parent category
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
73220000 Development consultancy services Research and development consultancy services
79411000 General management consultancy services Business and management consultancy services
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
73200000 Research and development consultancy services Research and development services and related consultancy services
73210000 Research consultancy services Research and development consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
71621000 Technical analysis or consultancy services Analysis services
71316000 Telecommunication consultancy services Consultative engineering and construction services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ssdadmin.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.