Section one: Contracting authority/entity
one.1) Name and addresses
Department for Science, Innovation and Technology
100 Parliament Street
London
SW1A 2BQ
Contact
Contract Management Team
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-science-innovation-and-technology
Buyer's address
https://www.gov.uk/government/organisations/department-for-science-innovation-and-technology
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Gigabit Infrastructure Subsidy Programme DPS Lot 32.02 Cornwall
Reference number
C0076
two.1.2) Main CPV code
- 64200000 - Telecommunications services
two.1.3) Type of contract
Services
two.2) Description
two.2.2) Additional CPV code(s)
- 64200000 - Telecommunications services
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
Cornwall and Isles of Scilly
two.2.4) Description of the procurement at the time of conclusion of the contract:
The geographic scope of the DPS is UK-wide. Its focus is to target the build of gigabit-capable broadband infrastructure in the final 20% (f20) of the country that is not commercially viable for the market to design, build and operate without government intervention. Following successful admission of Suppliers onto the DPS, Suppliers can tender for Call-Off Contracts. Each Call-Off Contract will vary in terms of number of premises covered, value and geographic coverage. BDUK currently expects the average Call-Off Contract size to be around 1,000 to 8,000 premises.
The DPS will be used by BDUK and will be available to the UK's Devolved Administrations to award Call-Off Contracts. Devolved Administrations refers to the National Assembly for Wales; the Scottish Government; and the Northern Ireland Assembly and Executive Committee.
The UK Government has confirmed that approximately £5 billion will be allocated to target the final 20% (f20), the hardest to reach parts of the UK. BDUK will be targeting its market intervention in these areas of the UK via a programme to subsidise the design, build and operation of gigabit-capable Supplier networks providing long-term, sustainable availability of wholesale gigabit broadband services in the hardest to reach parts of the UK. Suppliers must be qualified onto the DPS to be eligible to bid for Call-Off Contracts. The competitive process for Call-Off Contracts is expected to commence in 2021.
This procurement is for the award of a Dynamic Purchasing System Contract – Cornwall. It concerns the delivery of a gigabit-capable network for an estimated total number of 9,513 premises. BDUK intends to make available £18,016,000.00 of public funding available for this contract.
Only those Suppliers successfully admitted onto the DPS are eligible to bid on this ITT.
The provision of subsidy will be provided in accordance with the UK subsidy control regime.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
19 January 2023
End date
10 November 2032
In the case of framework agreements, provide justification for any duration exceeding 4 years
The contract is divided into three stages (Stage 1 design six months, Stage 2 build 34 months and Stage 3 Monitor and Clawback seven years)
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.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2024/S 000-015277
Section five. Award of contract/concession
Contract No
19/01/2023
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
19 January 2023
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
WILDANET Ltd
Westbourne House, West Street
Liskeard
PL14 6BT
Country
United Kingdom
NUTS code
- UKK3 - Cornwall and Isles of Scilly
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £18,016,000
Section six. Complementary information
six.3) Additional information
All documents concerning the Regional Supplier Contract Standard Selection Questionnaire (SQ), Regional Supplier Contract ITT and Regional Supplier Contract will be available to Suppliers via our e-tendering system. Suppliers must register onto the system to have access to view these documents. Registration is free to Suppliers and the link to the e-tendering site can be found here; https://bduk.force.com/s/Welcome
DCMS reserves the right not to award a Regional Supplier Contract under this procurement, to cancel the procurement process at any time and to change the procurement process (including any requirement or deadline).
DCMS reserves the right not to proceed with, to cancel or to adjust the Deferred Scope as referred to in II.2.4 above, in particular as a result of the authorisation process provided for in the contract.
DCMS shall not be responsible for any costs, charges or expenses incurred by Suppliers and accepts no liability for any costs, charges or expenses in relation to the process to award the Regional Supplier Contract, including if the procurement process is cancelled, amended or delayed.
Suppliers are advised that DCMS is subject to the Freedom of Information Act 2000 (the "Act") If a Supplier considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this information, clearly identify the specific information it does not wish to be disclosed and clearly specify the reasons for its sensitivity. DCMS shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note that it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
DCMS will follow the Public Contracts Regulations 2015 (as amended) to award the Regional Supplier Contract.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 64200000 - Telecommunications services
seven.1.2) Additional CPV code(s)
- 64200000 - Telecommunications services
seven.1.3) Place of performance
NUTS code
- UKK30 - Cornwall and Isles of Scilly
seven.1.4) Description of the procurement:
The Gigabit Infrastructure Subsidy programme is a government programme aimed to support the build of gigabit-capable broadband infrastructure in the areas of the UK which are unlikely to attract commercial investment for gigabit-capable broadband infrastructure within a reasonable timeframe, if at all, referred to as the final 20% (f20). Building Digital UK (BDUK, an Executive agency of DCMS) will be targeting its market intervention in these areas of the UK via this subsidy award programme, to subsidise the build of gigabit-capable networks providing long-term, sustainable availability of wholesale gigabit broadband services in the hardest to reach parts of the UK. The Gigabit Infrastructure Subsidy programme builds on the success of existing programmes being delivered by BDUK to deliver gigabit-capable networks across the UK. It is envisaged this programme will last for up to 9 years and award contracts throughout that period
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
19 January 2023
End date
10 November 2032
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The contract is divided into three stages (Stage 1 design six months, Stage 2 build 32 months and Stage 3 Monitor and Clawback seven years)
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£18,007,306
seven.1.7) Name and address of the contractor/concessionaire
WILDANET Ltd
Westbourne House, West Street
Liskeard
PL14 6BT
Country
United Kingdom
NUTS code
- UKK3 - Cornwall and Isles of Scilly
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Awarded value after modification £18,007,306, value decreased by £8,694
seven.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
Reduction in volume of UPRN’s from original contract in accordance with the UK subsidy control regime
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £18,016,000
Total contract value after the modifications
Value excluding VAT: £18,007,306