CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 228-415350/EN)
Nature of contract: Service contract
Procedure: Competitive dialogue
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, Agencies/Misc, Other
Postal address: DE&S Corporate Commercial, Maple 2b, MOD Abbey Wood Mailpoint 2219
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Contact Person: Thomas Mitchell
Telephone: +44 3067986870
Email: DESComrcl-Ops-DirCorpDelivery@mod.uk
Nuts code: UKK1
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.contracts.mod.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Commercial Resourcing Solution.

Reference number: DTEC/233
II.1.2) Main CPV code: 79620000
II.1.3) Type of contract: Services
II.1.4) Short Description: The Commercial Resourcing Solution requirement is for a service to provide:
i) Commercial personnel/resource on a temporary basis;
ii) Process and business improvement expertise.
This opportunity is expressly not limited to those with defence sector experience as experience and knowledge in other market sectors may well have value to offer to us.
II.1.5) Estimated total value:
Value excluding VAT: 400000000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
Defence Equipment and Support (DE&S) requires a Commercial Resource Solution (CRS) contract for the provision of a service for (a) resourcing vacancies within the Commercial Function on a temporary basis; and (b) seeking out, identifying and delivering business improvement opportunities that will allow the DE&S Commercial Function operate in a more efficient way. The requirement is expressed as:
Part A — A non-exclusive contract for the provision of a service for commercial personnel/resource.
There is a need for temporary, suitably qualified and experienced personnel across the DE&S Commercial Function at a range of levels. The DE&S Commercial Function is currently operating with a vacancy rate of approximately 200 posts. It is anticipated that this, and any future, gap in personnel/resource will be met through the CRS contract.
Part B — Opportunities for innovation.
There is a need to scope, identify and deliver innovation opportunities; as directed by DE&S or as generated by the CRS contractor. The aim of innovation is to improve procurement processes and to deploy more effective and efficient ways of working and approaches to delivery. The payment/reward structure for this element of the requirement offers the opportunity for a more flexible approach, which may include the CRS contractor being rewarded for the delivery of results through innovation by way of gain share.
The total scope and value of Part B is difficult to quantify prior to Contract award, as it will depend on the ability of the CRS contractor to identify and deliver innovative opportunities, the appetite of the Authority for innovation and the approach of the parties to risk. As such, the estimated Contract notice value is reflective of the Authority’s best estimate at the time of publication.
No business whatsoever is guaranteed under any resulting contract indeed there is no guarantee that any contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 400000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III.1.1), III.1.2) and III.1.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate under Section III.1.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.1.2) and III.1.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out Sections III.1.2) and III.1.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.”.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: It is envisaged that the Contract will include the following Max Priced Option periods to be exercised at the sole discretion of the Authority:
i) A 36 month extension (Years 6, 7 and 8).
ii) A subsequent 24 month extension (Years 9 and 10).

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: All further information on this requirement is included in the document set provided electronically as the following URL: www.contracts.mod.uk

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.
Electronic Trading
Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at www.d2btrade.com. The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Competitive dialogue
IV.1.4) Information about the reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-12-23 Local time: 23:55
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 8SA9485EVH.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-20161123-DCB-9151259.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, Agencies/Misc, Other
Postal address: DE&S Corporate Commerical, MOD Abbey Wood, Maple 2b
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 3067986870
E-mail: DESComrcl-Ops-DirCorpDelivery@mod.uk
VI.5) Date of dispatch of this notice:2016-11-23

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking