Notice Information
Notice Title
R100 - Procurement of NGA Infrastructure
Notice Description
This procurement is a gap funded government intervention to extend high speed broadband access and future-proofed digital infrastructure as far as possible into Scotland's remoter areas. The contracts for each Lot will deliver access to Next Generation Access Broadband Infrastructure (capable of delivering speeds of at least 30Mbps "NGA"). They build on the deployment of NGA Broadband Infrastructure that has been realised through the two Digital Scotland Superfast Broadband programmes (Highlands and Island and the Rest of Scotland), together with commercial deployment. Deployment is split into 3 geographical Lots: - Lot 1 - the North lot - Lot 2 - the Central lot - Lot 3 - the South lot This contract award notice is for Lot 1. The contract award notice for Lot 2 and Lot 3 was published on 16 January 2020 (OJEU reference 22158-2020 (2020/S 011-022158)).
Lot Information
R100 Procurement of NGA Infrastructure - North
This contract is a gap funded intervention to deliver access to NGA Broadband Infrastructure to as many premises in the relevant geographical area of Scotland (the 'North Area') as possible. The North Area is broadly the Highlands and Islands, Angus, Aberdeen and Dundee.
R100 Procurement of NGA Infrastructure - CentralThis contract is a gap funded intervention to deliver access to NGA Broadband Infrastructure (capable of delivering speeds of at least 30 Mbps) to as many premises in the relevant geographical area of Scotland (the 'Central Area') as possible. The Central Area is broadly central Scotland and Fife.
R100 Procurement of NGA Infrastructure - SouthThis contract is a gap funded intervention to deliver access to NGA Broadband Infrastructure (capable of delivering speeds of at least 30 Mbps) to as many premises in the relevant geographical area of Scotland (the 'South Area') as possible. The South Area is broadly the Scottish Borders and Dumfries and Galloway.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000503952
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403275
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
45 - Construction work
64 - Postal and telecommunications services
-
- CPV Codes
32000000 - Radio, television, communication, telecommunication and related equipment
32412100 - Telecommunications network
45232300 - Construction and ancillary works for telephone and communication lines
64200000 - Telecommunications services
Notice Value(s)
- Tender Value
- £600,000,000 £100M-£1B
- Lots Value
- £600,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £600,000,000 £100M-£1B
Notice Dates
- Publication Date
- 22 Dec 20205 years ago
- Submission Deadline
- 18 Jan 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Dec 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Not specified
- Contact Email
- r100pmo@gov.scot
- Contact Phone
- +44 1312440474
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH6 6QQ
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM Scotland, TLM5 North Eastern Scotland, TLM50 Aberdeen City and Aberdeenshire, TLM6 Highlands and Islands, TLM61 Caithness and Sutherland, and Ross and Cromarty, TLM62 Inverness and Nairn, Moray, and Badenoch and Strathspey, TLM63 Lochaber, Skye and Lochalsh, Arran and Cumbrae, and Argyll and Bute, TLM64 Na h-Eileanan Siar, TLM65 Orkney Islands, TLM66 Shetland Islands, TLM7 Eastern Scotland, TLM71 Angus and Dundee City, TLM72 Clackmannanshire and Fife, TLM73 East Lothian and Midlothian, TLM75 City of Edinburgh, TLM76 Falkirk, TLM77 Perth and Kinross, and Stirling, TLM78 West Lothian, TLM8 West Central Scotland, TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond, TLM82 Glasgow City, TLM83 Inverclyde, East Renfrewshire, and Renfrewshire, TLM84 North Lanarkshire, TLM9 Southern Scotland, TLM91 Scottish Borders, TLM92 Dumfries and Galloway, TLM93 North Ayrshire and East Ayrshire, TLM94 South Ayrshire, TLM95 South Lanarkshire
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Sighthill/Gorgie
- Westminster Constituency
- Edinburgh South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304361&idx=1
18th December 2017 - R100 Initial Descriptive Document (IDD) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304361&idx=2
18th December 2017 - ESPD Instructions Document -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304361&idx=3
18th December 2017 - ESPD Document -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304361
R100 - Procurement of NGA Infrastructure - The contracts for each Lot are gap funded interventions to deliver access to Next Generation Access Broadband Infrastructure (capable of delivering speeds of at least 30Mbps "NGA") to as many premises in Scotland as possible by the end of 2021. They build on the deployment of NGA Broadband Infrastructure that has been, and will be, realised through the two Digital Scotland Superfast Broadband programmes (Highlands and Island and the Rest of Scotland), together with commercial deployment. Following these deployments there are around 178,948 premises eligible for intervention ('white premises') which are in scope across these contacts. We have split these white premises into 3 geographical Lots: - Lot 1 - the North lot - Lot 2 - the Central lot - Lot 3 - the South lot The split of white premises between these Lots and other additional information about the requirement can be found at II.2 and VI.3. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403275
R100 - Procurement of NGA Infrastructure - This procurement is a gap funded government intervention to extend high speed broadband access and future-proofed digital infrastructure as far as possible into Scotland's remoter areas. The contracts for each Lot will deliver access to Next Generation Access Broadband Infrastructure (capable of delivering speeds of at least 30Mbps "NGA"). They build on the deployment of NGA Broadband Infrastructure that has been realised through the two Digital Scotland Superfast Broadband programmes (Highlands and Island and the Rest of Scotland), together with commercial deployment. Deployment is split into 3 geographical Lots: - Lot 1 - the North lot - Lot 2 - the Central lot - Lot 3 - the South lot This contract award notice is for Lot 1. The contract award notice for Lot 2 and Lot 3 was published on 16 January 2020 (OJEU reference 22158-2020 (2020/S 011-022158)).
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000503952-2020-12-22T00:00:00Z",
"date": "2020-12-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000503952",
"initiationType": "tender",
"parties": [
{
"id": "org-25",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "Victoria Quay, Leith",
"locality": "Edinburgh",
"postalCode": "EH6 6QQ"
},
"contactPoint": {
"telephone": "+44 1312440474",
"url": "http://www.scotland.gov.uk"
},
"roles": [
"reviewBody",
"buyer"
],
"details": {
"classifications": [
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
}
]
}
},
{
"id": "org-53",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "Saughton House, Broomhouse Drive",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH11 3XD"
},
"contactPoint": {
"email": "r100pmo@gov.scot",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"mediationBody",
"reviewContactPoint"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.scotland.gov.uk"
}
},
{
"id": "org-54",
"name": "BT Plc",
"identifier": {
"legalName": "BT Plc"
},
"address": {
"streetAddress": "81 Newgate",
"locality": "London",
"region": "UKM",
"postalCode": "EC1A 7AJ"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-55",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://www.scotland.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Government",
"id": "org-53"
},
"tender": {
"id": "CASE/327982",
"title": "R100 - Procurement of NGA Infrastructure",
"description": "This procurement is a gap funded government intervention to extend high speed broadband access and future-proofed digital infrastructure as far as possible into Scotland's remoter areas. The contracts for each Lot will deliver access to Next Generation Access Broadband Infrastructure (capable of delivering speeds of at least 30Mbps \"NGA\"). They build on the deployment of NGA Broadband Infrastructure that has been realised through the two Digital Scotland Superfast Broadband programmes (Highlands and Island and the Rest of Scotland), together with commercial deployment. Deployment is split into 3 geographical Lots: - Lot 1 - the North lot - Lot 2 - the Central lot - Lot 3 - the South lot This contract award notice is for Lot 1. The contract award notice for Lot 2 and Lot 3 was published on 16 January 2020 (OJEU reference 22158-2020 (2020/S 011-022158)).",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "32412100",
"scheme": "CPV"
},
{
"id": "32000000",
"scheme": "CPV"
},
{
"id": "45232300",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM5"
},
{
"region": "UKM6"
},
{
"region": "UKM50"
},
{
"region": "UKM61"
},
{
"region": "UKM62"
},
{
"region": "UKM63"
},
{
"region": "UKM64"
},
{
"region": "UKM65"
},
{
"region": "UKM66"
},
{
"region": "UKM7"
},
{
"region": "UKM71"
},
{
"region": "UKM77"
},
{
"region": "UKM"
},
{
"region": "UKM5"
},
{
"region": "UKM6"
},
{
"region": "UKM50"
},
{
"region": "UKM61"
},
{
"region": "UKM62"
},
{
"region": "UKM63"
},
{
"region": "UKM64"
},
{
"region": "UKM65"
},
{
"region": "UKM66"
},
{
"region": "UKM7"
},
{
"region": "UKM71"
},
{
"region": "UKM77"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "32412100",
"scheme": "CPV"
},
{
"id": "32000000",
"scheme": "CPV"
},
{
"id": "45232300",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM7"
},
{
"region": "UKM8"
},
{
"region": "UKM72"
},
{
"region": "UKM73"
},
{
"region": "UKM91"
},
{
"region": "UKM75"
},
{
"region": "UKM76"
},
{
"region": "UKM77"
},
{
"region": "UKM78"
},
{
"region": "UKM81"
},
{
"region": "UKM93"
},
{
"region": "UKM82"
},
{
"region": "UKM83"
},
{
"region": "UKM84"
},
{
"region": "UKM95"
},
{
"region": "UKM94"
},
{
"region": "UKM"
},
{
"region": "UKM7"
},
{
"region": "UKM8"
},
{
"region": "UKM72"
},
{
"region": "UKM73"
},
{
"region": "UKM91"
},
{
"region": "UKM75"
},
{
"region": "UKM76"
},
{
"region": "UKM77"
},
{
"region": "UKM78"
},
{
"region": "UKM81"
},
{
"region": "UKM93"
},
{
"region": "UKM82"
},
{
"region": "UKM83"
},
{
"region": "UKM84"
},
{
"region": "UKM95"
},
{
"region": "UKM94"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "32412100",
"scheme": "CPV"
},
{
"id": "32000000",
"scheme": "CPV"
},
{
"id": "45232300",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM9"
},
{
"region": "UKM7"
},
{
"region": "UKM73"
},
{
"region": "UKM91"
},
{
"region": "UKM92"
},
{
"region": "UKM93"
},
{
"region": "UKM94"
},
{
"region": "UKM95"
},
{
"region": "UKM"
},
{
"region": "UKM7"
},
{
"region": "UKM73"
},
{
"region": "UKM9"
},
{
"region": "UKM91"
},
{
"region": "UKM92"
},
{
"region": "UKM93"
},
{
"region": "UKM94"
},
{
"region": "UKM95"
}
],
"relatedLot": "3"
}
],
"value": {
"amount": 600000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2018-01-18T12:00:00Z"
},
"documents": [
{
"id": "DEC304361",
"documentType": "contractNotice",
"title": "R100 - Procurement of NGA Infrastructure",
"description": "The contracts for each Lot are gap funded interventions to deliver access to Next Generation Access Broadband Infrastructure (capable of delivering speeds of at least 30Mbps \"NGA\") to as many premises in Scotland as possible by the end of 2021. They build on the deployment of NGA Broadband Infrastructure that has been, and will be, realised through the two Digital Scotland Superfast Broadband programmes (Highlands and Island and the Rest of Scotland), together with commercial deployment. Following these deployments there are around 178,948 premises eligible for intervention ('white premises') which are in scope across these contacts. We have split these white premises into 3 geographical Lots: - Lot 1 - the North lot - Lot 2 - the Central lot - Lot 3 - the South lot The split of white premises between these Lots and other additional information about the requirement can be found at II.2 and VI.3.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304361",
"format": "text/html"
},
{
"id": "DEC304361-1",
"title": "R100 Initial Descriptive Document (IDD)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304361&idx=1",
"datePublished": "2017-12-18T08:39:28Z",
"dateModified": "2017-12-18T08:39:28Z",
"format": "application/pdf"
},
{
"id": "DEC304361-2",
"title": "ESPD Instructions Document",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304361&idx=2",
"datePublished": "2017-12-18T08:39:28Z",
"dateModified": "2017-12-18T08:39:28Z",
"format": "application/pdf"
},
{
"id": "DEC304361-3",
"title": "ESPD Document",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304361&idx=3",
"datePublished": "2017-12-18T08:39:28Z",
"dateModified": "2017-12-18T08:39:28Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "DEC403275",
"documentType": "awardNotice",
"title": "R100 - Procurement of NGA Infrastructure",
"description": "This procurement is a gap funded government intervention to extend high speed broadband access and future-proofed digital infrastructure as far as possible into Scotland's remoter areas. The contracts for each Lot will deliver access to Next Generation Access Broadband Infrastructure (capable of delivering speeds of at least 30Mbps \"NGA\"). They build on the deployment of NGA Broadband Infrastructure that has been realised through the two Digital Scotland Superfast Broadband programmes (Highlands and Island and the Rest of Scotland), together with commercial deployment. Deployment is split into 3 geographical Lots: - Lot 1 - the North lot - Lot 2 - the Central lot - Lot 3 - the South lot This contract award notice is for Lot 1. The contract award notice for Lot 2 and Lot 3 was published on 16 January 2020 (OJEU reference 22158-2020 (2020/S 011-022158)).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403275",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "R100 Procurement of NGA Infrastructure - North",
"description": "This contract is a gap funded intervention to deliver access to NGA Broadband Infrastructure to as many premises in the relevant geographical area of Scotland (the 'North Area') as possible. The North Area is broadly the Highlands and Islands, Angus, Aberdeen and Dundee.",
"status": "complete",
"value": {
"amount": 384000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "Owing to character limitations not all criteria and info relating to this procurement can be included in this notice. The Objective and Non -Discriminatory Criteria are set out in full in the document entitled 'ESPD Instructions' which can be accessed through the website referenced in section I.3. The ESPD selection process will be carried out in 3 stages. Stage One: Exclusion Grounds (Mandatory and Discretionary) During this first stage of the selection, the selection team will determine on a pass/fail basis whether: - the Bidder has submitted a complete and compliant ESPD Response; and - any of the Lead Bidder, Consortium Members and/or Reliance Entities (if any) are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Scottish Ministers, in accordance with Part III of the ESPD and Regulation 58 of the Regulations. Stage Two: Selection Criteria - Minimum Requirements During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder: - meets the requisite economic and financial standing selection criteria deemed appropriate for the project set out in Section 3 of the document entitled 'ESPD Instructions'; and - meets the technical and professional ability selection criteria set out in section 3 of the document entitled 'ESPD Instructions'. Stage Three: Down Selection Bidders who pass all the Stage One: Exclusion Grounds and meet the Stage Two: Selection Criteria - Minimum Requirements will then have their ESPD Response scored in accordance with the Down Selection Criteria. The Down Selection Criteria are set out in Section 3 of the document entitled 'ESPD Instructions'. The Down Selection Criteria will be applied to all Bidders that pass Stage 1 and Stage 2 to reduce the number of Bidders that are invited to participate in Dialogue using Part V (Reduction of the number of qualified candidates) of the ESPD. For the avoidance of doubt there is no need for bidders to provide any additional information for question 5.1 to enable down-selection. It is the Scottish Ministers' intention that the 4 Bidders achieving the highest scores will be invited to participate in Dialogue. In the event of a tie for fourth shortlisted place, the Bidder with the highest score for Case Study 1 (Next Generation Access) out of the Bidders in the tie, will be invited to Dialogue."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
},
{
"id": "2",
"title": "R100 Procurement of NGA Infrastructure - Central",
"description": "This contract is a gap funded intervention to deliver access to NGA Broadband Infrastructure (capable of delivering speeds of at least 30 Mbps) to as many premises in the relevant geographical area of Scotland (the 'Central Area') as possible. The Central Area is broadly central Scotland and Fife.",
"status": "complete",
"value": {
"amount": 83000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "Owing to character limitations not all criteria and info relating to this procurement can be included in this notice. The Objective and Non -Discriminatory Criteria are set out in full in the document entitled 'ESPD Instructions' which can be accessed through the website referenced in section I.3. The ESPD selection process will be carried out in 3 stages. Stage One: Exclusion Grounds (Mandatory and Discretionary) During this first stage of the selection, the selection team will determine on a pass/fail basis whether: - the Bidder has submitted a complete and compliant ESPD Response; and - any of the Lead Bidder, Consortium Members and/or Reliance Entities (if any) are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Scottish Ministers, in accordance with Part III of the ESPD and Regulation 58 of the Regulations. Stage Two: Selection Criteria - Minimum Requirements During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder: - meets the requisite economic and financial standing selection criteria deemed appropriate for the project set out in Section 3 of the document entitled 'ESPD Instructions'; and - meets the technical and professional ability selection criteria set out in section 3 of the document entitled 'ESPD Instructions'. Stage Three: Down Selection Bidders who pass all the Stage One: Exclusion Grounds and meet the Stage Two: Selection Criteria - Minimum Requirements will then have their ESPD Response scored in accordance with the Down Selection Criteria. The Down Selection Criteria are set out in Section 3 of the document entitled 'ESPD Instructions'. The Down Selection Criteria will be applied to all Bidders that pass Stage 1 and Stage 2 to reduce the number of Bidders that are invited to participate in Dialogue using Part V (Reduction of the number of qualified candidates) of the ESPD. For the avoidance of doubt there is no need for bidders to provide any additional information for question 5.1 to enable down-selection. It is the Scottish Ministers' intention that the 4 Bidders achieving the highest scores will be invited to participate in Dialogue. In the event of a tie for fourth shortlisted place, the Bidder with the highest score for Case Study 1 (Next Generation Access) out of the Bidders in the tie, will be invited to Dialogue."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
},
{
"id": "3",
"title": "R100 Procurement of NGA Infrastructure - South",
"description": "This contract is a gap funded intervention to deliver access to NGA Broadband Infrastructure (capable of delivering speeds of at least 30 Mbps) to as many premises in the relevant geographical area of Scotland (the 'South Area') as possible. The South Area is broadly the Scottish Borders and Dumfries and Galloway.",
"status": "complete",
"value": {
"amount": 133000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "Owing to character limitations not all criteria and info relating to this procurement can be included in this notice. The Objective and Non -Discriminatory Criteria are set out in full in the document entitled 'ESPD Instructions' which can be accessed through the website referenced in section I.3. The ESPD selection process will be carried out in 3 stages. Stage One: Exclusion Grounds (Mandatory and Discretionary) During this first stage of the selection, the selection team will determine on a pass/fail basis whether: - the Bidder has submitted a complete and compliant ESPD Response; and - any of the Lead Bidder, Consortium Members and/or Reliance Entities (if any) are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Scottish Ministers, in accordance with Part III of the ESPD and Regulation 58 of the Regulations. Stage Two: Selection Criteria - Minimum Requirements During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder: - meets the requisite economic and financial standing selection criteria deemed appropriate for the project set out in Section 3 of the document entitled 'ESPD Instructions'; and - meets the technical and professional ability selection criteria set out in section 3 of the document entitled 'ESPD Instructions'. Stage Three: Down Selection Bidders who pass all the Stage One: Exclusion Grounds and meet the Stage Two: Selection Criteria - Minimum Requirements will then have their ESPD Response scored in accordance with the Down Selection Criteria. The Down Selection Criteria are set out in Section 3 of the document entitled 'ESPD Instructions'. The Down Selection Criteria will be applied to all Bidders that pass Stage 1 and Stage 2 to reduce the number of Bidders that are invited to participate in Dialogue using Part V (Reduction of the number of qualified candidates) of the ESPD. For the avoidance of doubt there is no need for bidders to provide any additional information for question 5.1 to enable down-selection. It is the Scottish Ministers' intention that the 4 Bidders achieving the highest scores will be invited to participate in Dialogue. In the event of a tie for fourth shortlisted place, the Bidder with the highest score for Case Study 1 (Next Generation Access) out of the Bidders in the tie, will be invited to Dialogue."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647,
"awardCriteriaDetails": "There is no provision for a 'superlot' - i.e. bidding for an aggregation of all three lots on different terms than the sum of the parts. However in the interests of efficiency, if a Bidder is awarded a contract for more than one Lot, Scottish Government reserves the right to combine those applicable Lots into one contract."
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Consortia/Bidder structures - please see paragraph 2.4 of the document entitled 'ESPD Instructions', which can be found at the website noted in section I.3 of this notice."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"successiveReduction": true,
"invitationDate": "2018-02-15T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Section A: Suitability in Part IV of ESPD not used"
},
{
"type": "economic",
"description": "This section refers to the questions in Section B (Economic and Financial Standing), Part IV of the ESPD Scotland. Full details of the selection criteria can be found in section 3 of the document entitled ESPD Instructions which can be accessed through the website referenced in section I.3 of this notice. Bidders should particularly note the instructions set out in sections 2.5 and 2.7 of the ESPD Instructions. As stated in section 2.7 of the ESPD Instructions, in respect of a Consortium, each and every Consortium Member must meet the minimum economic and financial standing selection criteria in its own right or through its reliance on a Reliance Entity in order for the Consortium to achieve a pass. For the avoidance of doubt, if a Consortium consists of multiple entities of which one or all of those entities individually fail to meet the minimum criteria, their combination will not be deemed to have sufficient financial and economic standing in combination to pass. If a Consortium fails on this point, it will not be taken forward to the Shortlist stage.",
"minimum": "4B1.1 Lot 1 Bidders, Consortium Members, or Reliance Entities (where applicable) will be required to have a minimum \"average\" yearly turnover of 3.2 million GBP for the last 3 years. This must be calculated as a weighted average on yearly turnover. To be applied as: most recent 60 per cent, second most recent 30 per cent, and third most recent 10 per cent. Lot 2 Bidders, Consortium Members, or Reliance Entities (where applicable) will be required to have a minimum \"average\" yearly turnover of 1.5 million GBP for the last 3 years. This must be calculated as a weighted average on yearly turnover. To be applied as: most recent 60 per cent, second most recent 30 per cent, and third most recent 10 per cent. Lot 3 Bidders, Consortium Members, or Reliance Entities (where applicable) will be required to have a minimum \"average\" yearly turnover of 0.8 million GBP for the last 3 years. This must be calculated as a weighted average on yearly turnover. To be applied as: most recent 60 per cent, second most recent 30 per cent, and third most recent 10 per cent. 4B1.3 Where available, Bidders should provide links to an electronic copy of the relevant audited financial statements or other such documentation the Bidder is offering as means of proof. 4B.3 Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up or started trading. 4B.4 - Lots 1, 2 and 3 - Bidders will be required to state the value for the following financial ratio: Current Ratio Bidders, Consortium Members, or Reliance Entities (where applicable) are required to have a current ratio in excess of 0.5 in each of the last three financial years. The ratio will be calculated as follows: The current ratio is the ratio of current assets to current liabilities and may be calculated by dividing the Current Assets by Current Liabilities. Current assets include items such as cash and cash equivalents, inventory, amounts receivable (or debtors) and other items classified as current assets in the Bidder's audited (if applicable) financial statements. Current liabilities include items such as short term debt, amounts payable (creditors), other short term liabilities and any other items classified as current liabilities in the Bidder's audited (if applicable) financial statements. 4B4.1 Where available, Bidders, Consortium Members, or Reliance Entities (where applicable) should provide links to an electronic copy of the relevant audited financial statements or other such documentation the Bidder is offering as means of proof. 4B.5.1 and 4B5.2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5 million GBP - see below http://www.hse.gov.uk/pubns/hse40.pdf Public Liability Insurance = 10 million GBP Professional Indemnity Insurance = 5 million GBP Product Liability Insurance = 5 million GBP 4B.6 There are no material post balance sheet events or significant business issues disclosed under 4B.6 giving rise to material concerns that the Bidder or any Consortium Member or any Reliance Entity possesses the necessary economic and financial capacity to perform the contract. Bidders are to complete and return the table provided in section 2.7 of the ESPD Instructions as part of their response to Question 4B.6."
},
{
"type": "technical",
"description": "This section refers to the questions in Section C (Technical and Professional Ability), and Section D (Quality Assurance Schemes and Environmental Management Standards)Part IV of the ESPD Scotland. Where the Bidder relies on the experience of a Consortium Member or Reliance Entity to meet the Selection Criteria and/or Down Selection Criteria requirements, the experience relied on must be consistent with the Consortium Members or Reliance Entity's role under this project. Section E - Question 4 - Global question for all selection criteria - Not Applicable",
"minimum": "Due to character limitations, full details of the information required and selection criteria can be found in the ESPD instructions which can be accessed through the website referenced in section I.3 of this notice. Section C (Technical and Professional Ability) 4C.1 to 4C1.1 - Not applicable 4C1.2 Bidders will be required to provide 3 Case Studies that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Initial Descriptive Document (IDD). Full details of the information required to be included in the Case Studies together with the minimum criteria for selection can be found in are set out in full in the corresponding ESPD question reference row (4C1.2) of the table in section 3 - ESPD Selection Criteria in the document entitled ESPD Instructions which can be accessed through the website referenced in section I.3. 4C.2 - Not Applicable 4C2.1 - Not Applicable 4C.3 - Not Applicable 4C.4 - Not Applicable 4C.5 - Not Applicable 4C.6 - Not Applicable 4C6.1 - Not Applicable 4C.7 - Not Applicable 4C8.1 - Not Applicable 4C8.2 - Not Applicable 4C.9 - Not Applicable 4C.10 - Not Applicable 4C.11 to 4C12.2 - Not Applicable Section D (Quality Assurance Schemes and Environmental Management Standards 4D.1 and 4D1.1 - Bidders to confirm that they either hold the relevant certificates or have the relevant policies in place as described in the corresponding ESPD question reference rows 4D.1 and 4D1.1 of the table in section 3 - ESPD Selection Criteria in the document entitled ESPD Instructions which can be accessed through the website referenced in section I.3. 4D.2 Bidders to confirm that they either hold the relevant certificates or provide other means of proof as described in the corresponding ESPD question reference rows 4D.2 and 4D2.1 of the table in section 3 - ESPD Selection Criteria in the document entitled ESPD Instructions which can be accessed through the website referenced in section I.3."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "64200000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 243-506680"
}
],
"description": "The Scottish Government is committed to contributing to the social, economic and environmental well-being of the people of Scotland, in order to create a more successful country, with opportunities for all of Scotland to flourish, through increasing sustainable economic growth. BT Plc are committed to the principles of Fair Work including fair and equitable treatment of all employees. BT Plc are committed to delivering benefits to communities arising through performance of the Contracts. (SC Ref:639829)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000503952"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000503952"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "CASE/327982-1",
"title": "R100 Procurement of NGA Infrastructure - Central",
"suppliers": [
{
"id": "org-54",
"name": "BT Plc"
}
],
"relatedLots": [
"2"
],
"hasSubcontracting": true,
"subcontracting": {
"description": "Civils work has been subcontracted but BT Plc retain overall liability under the Contract."
}
},
{
"id": "CASE/327982-2",
"title": "R100 Procurement of NGA Infrastructure - South",
"suppliers": [
{
"id": "org-54",
"name": "BT Plc"
}
],
"relatedLots": [
"3"
],
"hasSubcontracting": true,
"subcontracting": {
"description": "Civil works has been subcontracted but BT Plc retain overall liability under the Contract."
}
},
{
"id": "CASE/327982-3",
"title": "R100 Procurement of NGA Infrastructure - North",
"suppliers": [
{
"id": "org-54",
"name": "BT Plc"
}
],
"relatedLots": [
"1"
],
"hasSubcontracting": true,
"subcontracting": {
"description": "Civil and subsea works have been subcontracted but BT Plc retains overall liability under the Contract."
}
}
],
"contracts": [
{
"id": "CASE/327982-1",
"awardID": "CASE/327982-1",
"title": "R100 Procurement of NGA Infrastructure - Central",
"status": "active",
"value": {
"amount": 83000000,
"currency": "GBP"
},
"dateSigned": "2019-12-16T00:00:00Z"
},
{
"id": "CASE/327982-2",
"awardID": "CASE/327982-2",
"title": "R100 Procurement of NGA Infrastructure - South",
"status": "active",
"value": {
"amount": 133000000,
"currency": "GBP"
},
"dateSigned": "2019-12-16T00:00:00Z"
},
{
"id": "CASE/327982-3",
"awardID": "CASE/327982-3",
"title": "R100 Procurement of NGA Infrastructure - North",
"status": "active",
"value": {
"amount": 384000000,
"currency": "GBP"
},
"dateSigned": "2020-12-11T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "112",
"measure": "bids",
"value": 1,
"relatedLot": "2"
},
{
"id": "113",
"measure": "smeBids",
"value": 0,
"relatedLot": "2"
},
{
"id": "114",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "115",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "116",
"measure": "electronicBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "117",
"measure": "bids",
"value": 1,
"relatedLot": "3"
},
{
"id": "118",
"measure": "smeBids",
"value": 0,
"relatedLot": "3"
},
{
"id": "119",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "120",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "121",
"measure": "electronicBids",
"value": 1,
"relatedLot": "3"
},
{
"id": "122",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "123",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "124",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "125",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "126",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}