Award

320000.00

  • Department for Transport

F15: Voluntary ex ante transparency notice

Notice identifier: 2023/S 000-033416

Procurement identifier (OCID): ocds-h6vhtk-0417a9

Published 13 November 2023, 11:26am



Section one: Contracting authority/entity

one.1) Name and addresses

Department for Transport

33 Horseferry Rd

London

Email

charles.jansen@dft.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-transport

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

320000.00

two.1.2) Main CPV code

  • 79900000 - Miscellaneous business and business-related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department for Transport Central (DfTc) is looking to appoint a supplier to provide workplace assessments and specialised software (which may include bulk licenses) which are outside the remit of standard IT provision for staff and required due to specific disability, medical related condition or need.

This includes providing any compatible equipment, relevant advice, coaching or training on the software items provided in scope of this requirement, as well as workplace strategy coaching.

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: £320,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Department for Transport Central (DfTc) is looking to appoint a supplier to provide workplace assessments and specialised software (which may include bulk licenses) which are outside the remit of standard IT provision for staff and required due to specific disability, medical related condition or need.

This includes providing any compatible equipment, relevant advice, coaching or training on the software items provided in scope of this requirement, as well as workplace strategy coaching.

The value of the contract will be subject to DfT demand, with no minimum committed spend - but will not exceed £80,000.00 per annum excl. VAT. The contract will have an initial duration of one year only, from 9 December 2023 to 8 December 2024, but contains provision to extend for a maximum of a further three years, in yearly increments, as specified below:

• One year from 09 December 2024 to 07 December 2025;

• One year from 08 December 2025 to 06 December 2026;

• One year from 07 December 2026 to 05 December 2027

two.2.5) Award criteria

Quality criterion - Name: Process for responding to requests / Weighting: 15

Quality criterion - Name: Additional support, beyond core requirements / Weighting: 5

Quality criterion - Name: Processes to maximise value for money / Weighting: 15

Quality criterion - Name: Virtual/home-based assessment process / Weighting: 5

Quality criterion - Name: Ability to support nationwide requirements / Weighting: 10

Quality criterion - Name: Social value - reduction of environmental impact / Weighting: 5

Quality criterion - Name: Social value - recruitment, training, retention and support of employees / Weighting: 5

Cost criterion - Name: Indicative total price, based on scenario / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The contract will have an initial duration of one year only, from 9 December 2023 to 8 December 2024, but contains provision to extend for a maximum of a further three years, in yearly increments, as specified below:

• One year from 09 December 2024 to 07 December 2025;

• One year from 08 December 2025 to 06 December 2026;

• One year from 07 December 2026 to 05 December 2027

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This contract was awarded following an early market engagement exercise, in which suppliers were invited to submit an expression of interest via. a notice on Contracts Finder:

https://www.contractsfinder.service.gov.uk/notice/b51a027b-6175-4d78-8963-ffde4a43e0de?origin=SearchResults&p=1

The call for expressions of interest was published on 24 July 2023. Respondents to this call were then invited to submit a tender. A notice was initially omitted because the approved spend on the contract, barring extension options is below the threshold for publication. This voluntary transparency notice aims to remedy, due to the fact that if all extension contracts are utilised, the maximum value of the contract will be £320,000.

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

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

10 November 2023

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Bennett Workplace Solutions Ltd

Bennett House, Viking Street

Bolton

BL3 2RR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

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

Total value of the contract/lot/concession: £320,000

five.2.5) Information about subcontracting

The contract/lot/concession is likely to be subcontracted


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Department for Transport

London

Country

United Kingdom