Award

DfE - Project Gigabit Consultancy

DEPARTMENT FOR THE ECONOMY

This public procurement record has 2 releases in its history.

Award

07 Feb 2023 at 11:48

Tender

09 Nov 2022 at 13:55

Summary of the contracting process

The Department for the Economy (DfE) has awarded a contract for the "Project Gigabit Consultancy" to ANALYSYS MASON LIMITED DUBLIN. The contract, valued at £498,552, aims to support the UK Gigabit Programme delivering fast and reliable broadband infrastructure. The consultancy assignment includes outlining business cases, pre-procurement, procurement advice, full business case development, and support during the implementation phase of the broadband contract.

This tender process presents an opportunity for businesses in the telecommunication consultancy services industry to engage with the DfE. The contract, currently in the active stage, offers a chance for companies specialising in technical and financial consultancy services to contribute to the UK's broadband infrastructure development. Businesses with expertise in economic appraisal, procurement support, and bid evaluations are well-suited to compete in this open procedure tender.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DfE - Project Gigabit Consultancy

Notice Description

The UK Gigabit Programme is the UK Government's PS5bn 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.

Lot Information

Lot 1

The UK Gigabit Programme is the UK Government's PS5bn 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-038074
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003692-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

73 - Research and development services and related consultancy services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

71316000 - Telecommunication consultancy services

71621000 - Technical analysis or consultancy services

72100000 - Hardware consultancy services

72220000 - Systems and technical consultancy services

72600000 - Computer support and consultancy services

73200000 - Research and development consultancy services

73210000 - Research consultancy services

73220000 - Development consultancy services

79411000 - General management consultancy services

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
£500,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£498,552 £100K-£500K

Notice Dates

Publication Date
7 Feb 20233 years ago
Submission Deadline
12 Dec 2022Expired
Future Notice Date
Not specified
Award Date
1 Feb 20233 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR THE ECONOMY
Contact Name
ssdadmin.cpdfinance-ni.gov.uk
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT2 8FD
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

ANALYSYS MASON LIMITED DUBLIN

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-038074-2023-02-07T11:48:03Z",
    "date": "2023-02-07T11:48:03Z",
    "ocid": "ocds-h6vhtk-038074",
    "description": "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 PS500,000 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.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-038074",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DfE - Project Gigabit Consultancy",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71316000",
            "description": "Telecommunication consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The UK Gigabit Programme is the UK Government's PS5bn 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.",
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The UK Gigabit Programme is the UK Government's PS5bn 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qualitative Criteria",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Quantitative Criterion",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72220000",
                        "description": "Systems and technical consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72100000",
                        "description": "Hardware consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72600000",
                        "description": "Computer support and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79411000",
                        "description": "General management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73220000",
                        "description": "Development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73200000",
                        "description": "Research and development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": ".",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-12-12T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-03-12T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2022-12-12T15:30:00Z"
        },
        "bidOpening": {
            "date": "2022-12-12T15:30:00Z",
            "description": "Construction and Procurement Delivery Authorised Personnel"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderer to challenge the award decision before the contract was entered into.."
    },
    "parties": [
        {
            "id": "GB-FTS-68079",
            "name": "Department for the Economy",
            "identifier": {
                "legalName": "Department for the Economy"
            },
            "address": {
                "streetAddress": "Adelaide House , 39-49 Adelaide Street",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT2 8FD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ssdadmin.cpdfinance-ni.gov.uk",
                "email": "ssdadmin.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-24987",
            "name": "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",
            "identifier": {
                "legalName": "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"
            },
            "address": {
                "locality": "United Kingdom",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-74697",
            "name": "department for the Economy",
            "identifier": {
                "legalName": "department for the Economy"
            },
            "address": {
                "streetAddress": "Adelaide House, 39-49 Adelaide Street",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ssdadmin.cpdfinance-ni.gov.uk",
                "email": "ssdadmin.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-7014",
            "name": "ANALYSYS MASON LIMITED DUBLIN",
            "identifier": {
                "legalName": "ANALYSYS MASON LIMITED DUBLIN"
            },
            "address": {
                "streetAddress": "Suite 242 The Capel Building Marys Abbey",
                "locality": "DUBLIN",
                "region": "IE",
                "postalCode": "7",
                "countryName": "Ireland"
            },
            "contactPoint": {
                "telephone": "+353 16024755",
                "email": "dublin@analysysmason.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.analysysmason.com/",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-74697",
        "name": "department for the Economy"
    },
    "language": "en",
    "awards": [
        {
            "id": "003692-2023-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-7014",
                    "name": "ANALYSYS MASON LIMITED DUBLIN"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "003692-2023-1-1",
            "awardID": "003692-2023-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 498552,
                "currency": "GBP"
            },
            "dateSigned": "2023-02-01T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}