Section one: Contracting authority
one.1) Name and addresses
OFCOM
Riverside House, 2a Southwark Bridge Road
London
SE1 9HA
Contact
Alex Lindsay
Telephone
+44 2079813000
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
https://ofcom.bravosolution.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ofcom.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ofcom.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
UK Communications Regulator
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Royal Mail Quality of Service Audits
Reference number
C20221470
two.1.2) Main CPV code
- 79212000 - Auditing services
two.1.3) Type of contract
Services
two.1.4) Short description
Ofcom is the communications regulator in the UK. We regulate the TV and radio sectors, fixed line telecoms, mobiles, postal services, plus the airwaves over which wireless devices operate.
Ofcom operates under a number of Acts of Parliament. In accordance with Ofcom’s functions under the Postal Services Act 2011, Ofcom has imposed a Designated Universal Service Provider Condition (DUSP Condition) on Royal Mail Group Limited (Royal Mail).
Among other things, this condition imposes certain Quality of Service standards on Royal Mail in connection with its provision of the Universal Postal Service.
These standards include, for example, delivering:
• 93% of first class letters within one working day;
• 98.5% of second class letters within three working days;
• 99% of special delivery letters by 1pm one working day after collection; and
• Within certain postcode areas, 91.5% of first class letters within one working day
Ofcom has a requirement for the monitoring of Royal Mail’s Quality of Service performance to be audited in line with the specifications of Standards EN 13850:2020 (E) and EN 14508:2016 (E).
The audit would involve critically assessing Royal Mail’s testing methodology for monitoring its performance in respect of the measurement of the transit time of end-to-end services for single piece priority (First Class stamped and metered) mail and non-priority (Second Class stamped and metered) mail, in line with the Standards.
two.1.5) Estimated total value
Value excluding VAT: £480,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79200000 - Accounting, auditing and fiscal services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Ofcom will run a procurement exercise for Royal Mail Quality of Service Audits, to be
awarded to a single provider.
The procurement will be undertaken in line with the Open Procedure as set out in the Public Contracts
Directive (and as implemented in the UK by the Public Contracts Regulations).
The total value of the services is estimated in the range £420,000 - £480,000 ex VAT over
a five-year contract term.
Interested parties can access the full tender documentation and guidance via the Ofcom eTendering portal, hosted by BravoSolution at the following link: www.ofcom.bravosolution.co.uk.
Tenderer's will need to be registered on the portal for access to the documentation. Once registered tenderers should locate 'itt_1339 - C20221470 - Royal Mail Quality of Service Audits'.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £480,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-032805
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 February 2023
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Court of Justice
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The High Court
The Royal Court of Justice
London
Country
United Kingdom