Contract

DfE - Project Gigabit Consultancy

  • department for the Economy

F03: Contract award notice

Notice identifier: 2023/S 000-003692

Procurement identifier (OCID): ocds-h6vhtk-038074

Published 7 February 2023, 11:48am



Section one: Contracting authority

one.1) Name and addresses

department for the Economy

Adelaide House, 39-49 Adelaide Street

BELFAST

BT3 9ED

Contact

ssdadmin.cpdfinance-ni.gov.uk

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DfE - Project Gigabit Consultancy

two.1.2) Main CPV code

  • 71316000 - Telecommunication consultancy services

two.1.3) Type of contract

Services

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £498,552

two.2) Description

two.2.2) Additional CPV code(s)

  • 71621000 - Technical analysis or consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72100000 - Hardware consultancy services
  • 72600000 - Computer support and consultancy services
  • 79411000 - General management consultancy services
  • 73220000 - Development consultancy services
  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 70

Cost criterion - Name: Quantitative Criterion / Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-031706


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 February 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ANALYSYS MASON LIMITED DUBLIN

Suite 242 The Capel Building Marys Abbey

DUBLIN

7

Email

dublin@analysysmason.com

Telephone

+353 16024755

Country

Ireland

NUTS code
  • IE - Ireland
Internet address

https://www.analysysmason.com/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £500,000

Total value of the contract/lot: £498,552


Section six. Complementary information

six.4) Procedures for review

six.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

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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..