Provision of Mobile Telephony Services

GreatbritainTenders notice for Provision of Mobile Telephony Services. The reference ID of the tender is 52786683 and it is closing on 19 May 2021.

100% Secure Payments

Tender Details

  • Country: United Kingdom
  • Summary: Provision of Mobile Telephony Services
  • GBT Ref No: 52786683
  • Deadline: 19 May 2021
  • Competition: ICB
  • Financier: Other Funding Agencies
  • Purchaser Ownership: -
  • Tender Value: Refer Document
  • Notice Type: Tender
  • Document Ref. No.: ITT 554-2021
  • Purchaser's Detail :
  • Purchaser : COMMONWEALTH SECRETARIAT
    Marlborough House Pall Mall London SW1Y 5HX Tel: +44 (0) 20 7747 6500 Fax: +44 (0) 20 7930 0827
    Email :procurement@commonwealth.int

  • Description :
  • Tenders are invited for Provision of Mobile Telephony Services for the Commonwealth Secretariat. COMMONWEALTH SECRETARIAT MARLBOROUGH HOUSE, PALL MALL, LONDON SW1Y 5HX IN STRICT COMMERCIAL CONFIDENCE Invitation to Tender (ITT) For the Provision of Mobile Telephony Services for the Commonwealth Secretariat April 2021 Secretariat Reference Number: 554-2021 Return Date: Return Date - Noon on 19th May 2021 Estimated Contract Award: June 2021 Contact Email: procurement@commonwealth.int Introduction 1.1 The Commonwealth Secretariat (The Secretariat) is an international organisation established by Agreed Memorandum, which is given privileges and immunities under the domestic law of the United Kingdom by the Commonwealth Secretariat Act 1966 (as amended by the International Organisations Act 2005). Under this legislation, the Secretariat is not subject to UK jurisdiction and enforcement. Further information on the Secretariat can be found at: http://thecommonwealth.org/ 1.2 This status has an impact on some of the standard terms and conditions of contract (see appendix 1). In particular, we draw your attention to our dispute resolution clause, which refers disputes to the exclusive jurisdiction of the Commonwealth Secretariat Arbitration Tribunal (CSAT). The 8 members of the Tribunal are selected by the Board of Governors and come from Commonwealth member countries. CSAT is located in London, United Kingdom. Information about CSAT, including its governing statute and procedure are available on its website at http://thecommonwealth.org/tribunal. 1.3 The Secretariat implements decisions agreed by 54 Heads of Government and Ministers through advocacy, consensus-building, information sharing, analysis, technical assistance, capacity-building, and advice on policy development. Purpose 2.1 The Secretariat wishes to find and appoint a suitable supplier for the Provision of Mobile Telephony Services for the Commonwealth Secretariat. The appointed supplier shall be awarded a contract that shall be effective for 4 years, with an option to extend for a maximum of 12 months. 2.2 See specification in Section 6- Specification of Requirements for details of the goods and services required. Tender Timeline 3.1 Please note the following timetable is indicative at the time of going out to tender. This timetable may be subject to change at short notice. ACTIVITY DATES & TIMES Publication of invitation to tender 28 04 2021 Clarification period closes (“Tender Clarifications Deadline”) 5 PM on 05 05 2021 Deadline for the publication of Secretariat-s responses to tender clarification questions 07 05 2021 Deadline for submission of Tenders to the ComSec (“Tender Submission Deadline”) Noon on 19 05 2021 Notification of intention to Award by 03 06 2021 Standstill period 10 days Estimated award date of contract 15 06 2021 Estimated contract start date 28 06 2021 Instructions to Tenderers 4.1 Tenderers must submit all documents as set out in Section 7 Part1 - Part 3 no later than the return date of 12:00 (Noon) on 19 05 2021 4.2 The tender documents are to be returned by email only to the Commonwealth Secretariat to: Email: Procurement@commonwealth.int NOTE: The file must be no more than 35MB per email. 4.3 Unless indicated otherwise, all prices should be quoted in Pounds Sterling. Prices quoted should exclude VAT but must indicate clearly where VAT is applicable and where items might be zero-rated. 4.4 The tenderer must ensure that they have all the information required for the preparation of the tender submission and that they are satisfied about the correct interpretation of terminology used in this documentation. The tenderer must also ensure that they are fully conversant with the nature and extent of the obligations should the tender be accepted. 4.5 Tenders are to be valid for a minimum of 120 days from the closing date for the submission of the tenders. 4.6 The Commonwealth Secretariat reserves the right to cancel the tender at any time during the process and not to award a contract as a result of this procurement process. 4.7 The Tender process will be conducted to ensure that responses are evaluated fairly to ascertain the most qualified and economically competitive bids. The Secretariat will use the evaluation criteria described below to determine if the Tenderer qualifies. 4.8 Tenderers shall bear all costs in completing a tender submission, including attendance of any presentations required. 4.9 Tenderers shall not disclose details of the ITT to third parties without prior agreement from an authorised officer of the Commonwealth Secretariat. 4.10 Tenderers are required to submit transparent pricing with no hidden costs or charges. 4.11 All clarification queries must be in writing submitted by 5pm on the Tender clarification indicated date ( 5th May 2021) and only via the email address procurement@commonwealth.int 4.12 Prior to commencing formal evaluation, tender responses received will be checked to ensure they are fully compliant with all the instructions of this tender and clarification may be sought with regard to minor non-compliances. Non-compliant Tender Responses may be rejected by the Secretariat without further follow up. Only Tender Responses which are deemed by the Secretariat to be fully compliant will proceed to evaluation. 4.13 The Secretariat will carry out an evaluation of the tender bids using the weighted criteria method as described in sections below. Following all tender evaluation stages the Secretariat will select a preferred tenderer which will be taken forward to contract award. 4.14 By submitting a response, the tenderer is agreeing to be bound by the terms of this ITT and terms and conditions of save as in relation to those areas of the Contract specifically highlighted by completing the Legal Comments Table. 4.15 By taking part in this tender all tenderers commit to the following: • Tenderers certify that they have not canvassed or solicited any officer or employee of the Secretariat in connection with this tender submission and that no person employed or acting on behalf of the tenderer has done any such act. • To help achieve greater transparency in how the Secretariat spends public funds and to help deliver better value for money, tenderers acknowledge that should they Page 5 of 29 be successful certain information, except for any information which is exempt from disclosure, will be published on the Secretariat-s procurement website: http://thecommonwealth.org/procurement The information published may include (as an example): contract title, successful tenderer name, duration of contract. • The CSAT shall have exclusive jurisdiction to settle any dispute or claim that arises out of or in connection with this Procurement (including non-contractual disputes or claims). Page 6 of 29 Evaluation Evaluation - Criteria Weightings 5.1 Quality 30% o Technical Questionnaire 5.2 Price 70% Evaluation Process Part 1: Tenderer Details The scoring methodology that will be applied is as follows: 5.3 Information only - the information provided will not be scored, but failure to provide it may result in the ITT submission being disqualified from the tender process. 5.4 Pass/Fail - as indicated in the invitation to tender Part 2: Technical Questionnaire Scored - 30% 5.5 The following scoring mechanism will be used to score each question in this section: Using a 0 - 5 scoring system: 0 Unacceptable Response - No information provided or response does not address the requirement. 1 Poor response - The response contains material omissions and / or is supported by limited evidence / examples. Concerns that the organisation does not have the potential to deliver / that they have failed to meet a reasonable standard. 2 Fair response - There is adequate detail / supporting examples giving a reasonable level of confidence in the Tenderer-s experience and ability. The Tenderer appears to have the potential to deliver as required / has met a reasonable standard and there are only minor concerns about the Tenderer-s experience 3 Good Response - The level of detail / supporting examples gives a high level of confidence in the Tenderer-s experience and ability. The Tenderer clearly has the potential to deliver and / or has clearly met an acceptable standard. 4 Excellent Response - A comprehensive well evidenced submission, clearly demonstrating expertise and knowledge incorporating some value-added benefits attributes & other points of innovation. The bid is deemed to offer little risk and fully captures the understanding of the steps involved to deliver aspects of the service which can be related to the question posed, giving a high level of confidence in the Tenderer-s experience and ability. 5 Exceptional Response - A comprehensive and exceptionally evidenced submission that substantially exceeds the expectations of the requirement and offers significant additional benefits. Submission clearly demonstrates exceptional expertise and knowledge incorporating value added benefits/ & other points of innovation. The bid is deemed to offer well identified risks and a mitigation of these put forward and fully captures the understanding of the steps involved to deliver all the aspects of the service and is directly relatable to the question posed, giving an exceptionally high level of confidence in the Tenderer-s experience and ability. 5.6 The following formula will be applied for each question: o Points Scored ÷ Points Available × % weighting 5.7 The scores for each of the questions will be added to give a total technical quality score. 5.8 Unanswered questions or sections that are left blank shall be awarded a 0. 5.9 No half marks will be awarded. Page 7 of 29 Part 3 - Pricing - 70% 5.10 Please refer to the ITT - Pricing Schedule for a full breakdo
  • Documents :
  •  Tender Notice

If you are registered member, kindly login to view full details of this tender notice:

CLICK HERE TO LOGIN
GreatbritainTenders Features

GreatbritainTenders Features

Fresh and verified Tenders from Greatbritain. Find, search and filter Tenders/Call for bids/RFIs/RFPs/RFQs/Auctions published by the government, public sector undertakings (PSUs) and private entities.

  • 1,000+ Tenders
  • Verified Tenders Only
  • Accurate Tender Information
  • New Tenders Every Day
  • Consultants for RFI/RFP/RFQ
  • Search, sort, and filter Tenders
  • Customer Support
  • Publish your Tenders
  • Consulting Services
  • Export data to Excel or CRM

Get A Call From Tender Experts

Fill out the form below and you will receive a call from us within 24 hours.

Thank You for Contacting ZimbabweTenders !!
Email Id is already exist !!
Invalid Captcha !

Get FREE SAMPLE TENDERS from Greatbritain in your email inbox.

  Chat with us