Section one: Contracting authority
one.1) Name and addresses
OFCOM
Riverside House, 2a Southwark Bridge Road
London
SE1 9HA
Contact
Hayley Watson, Senior Procurement Manager
Telephone
+44 2079813000
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://ofcom.bravosolution.co.uk
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://ofcom.bravosolution.co.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
UK Independent Communications Regulator
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
User Acceptance and Accuracy Testing for Electronic Clock Auction System
Reference number
C20231719
two.1.2) Main CPV code
- 72226000 - System software acceptance testing consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Ofcom has a requirement for testing of an electronic auction system (EAS) designed to run an auction for the award licences of mmWave spectrum in the UK in the 26 GHz and 40 GHz bands. The specific service required is user acceptance testing of the user interfaces and establishing that the EAS accurately implements the auction rules. For simplicity, we refer to this testing as “EAS testing”. These requirements will also cover the possibility of an additional clock auction that will follow the 26 GHz/40 GHz auction, which would be triggered at Ofcom’s sole discretion, using the same EAS configured for the subsequent auction.
As a minimum, the service must deliver the following:
• User acceptance and functional testing on auctioneer, bidder, and monitor interfaces in line with the detailed software spec
• Testing on the accuracy of implementation on the proposed auction rules, initially in line with published illustrative auction procedures, and ultimately to reflect formal Auction Regulations.
The EAS will be a web-based application for both Ofcom and bidders. It is envisaged that the successful tenderer will carry out the testing by accessing the EAS over the internet from its own premises.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79342400 - Auction services
- 79342410 - Electronic auction services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
As a minimum, the service must deliver the following:
• User acceptance and functional testing on auctioneer, bidder, and monitor interfaces in line with the detailed software spec
• Testing on the accuracy of implementation on the proposed auction rules, initially in line with published illustrative auction procedures, and ultimately to reflect formal Auction Regulations.
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: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
At Ofcom's absolute discretion, the Contract may be extended for up to two further periods of up to twelve months each. The maximum length of the contract is therefore four years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will include options to extend the contract period for up to two additional periods of 12 months each, up to a maximum contract period of four 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 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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Agreement will contain service levels and key performance indicators, 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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 July 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
Tender must be valid until: 3 January 2024
four.2.7) Conditions for opening of tenders
Date
7 July 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Court of Appeal of England and Wales
London
Country
United Kingdom