Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 247-451555/EN)
Nature of contract: Service contract
Procedure: Open procedure
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, Information Systems and Services, ISS Commercial Sourcing Team, CCT
Postal address: Spur B2, Building 405, Westwells Road
Town: Corsham
Postal code: SN13 9NR
Country: United Kingdom
Contact Person: Debbie Marwood — Tel Number: +44 306 770 1534
Email: Debbie.Marwood311@mod.gov.uk
Nuts code: UKK15
Internet address(es):
Main address:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
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: Defence Learning Management Capability — Future Capability.
Reference number: ISSCCT/0310
II.1.2) Main CPV code: 48000000
II.1.3) Type of contract: Services
II.1.4) Short Description: To supply off-the-shelf software products and vendor support to meet one or more of the Defence Learning Management Capability (DLMC) Functional Requirements listed in the Schedule of Requirements.
II.1.5) Estimated total value:
Value excluding VAT: 10600000 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: UKK15
Main site or place of performance:
Wiltshire CC.
II.2.4) Description of the procurement:
The Defence Learning Management Capability (DLMC) Programme requires the ability to analyse, design, deliver, assure, administer and manage Training & Education (T&E) using a modern, sustainable suite of information services for the Armed Forces.
This procurement will support the DLMC Alpha Assessment by supplying licences for the use of Commercial Off the Shelf (COTS) products with appropriate technical support, to include additional options to run a Beta phase and Live phase. The licences and technical support delivered by these contracts will enable the Authority to assess the ability of the software products to work together to meet the overarching DLMC requirement and (if appropriate) introduce them into live services.
Potential suppliers should note that the contract value specified in section II.1.5. of this advert is the total estimated sum of all the individual contracts expected to be placed under this contract notice in order to deliver the range of DLMC Functional Requirements, including the take up of the options. The Authority may award a single contract or multiple contracts to meet the range of DLMC Functional Requirements, therefore potential suppliers may bid for one or more Functional Requirements, as they see fit.
Supplier(s) providing technical support will be required to hold security clearance under the Government vetting scheme to a minimum of security clearance (SC).
Supplier(s) will be required to comply with a range of Defence security requirements that will be set out in a Security Aspect Letter (SAL). The SAL will be available as part of the DPQQ/ITT documentation.
Supplier(s) will be required to comply with a range of Data protection requirement that will be set out in a Personal Data Aspect letter (PDAL). The PDAL will be available as part of the DPQQ/ITT documentation.
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: 10600000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The Procurement includes the following options:
Beta Option — To extend licences and technical support for up to 24 months (2 x 12 month option periods) for the optimum set of products (as determined in the Alpha phase) enabling the Authority to run a Beta Phase in which it will configure the software and immediate surrounding infrastructure to bring it to an operational state.
Live Option — To extend licences for a Live Service for up to 24 months (2 x 12 months option periods) including Live Production ITIL Level 3 IT Service Management Support.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria: The Authority requires suppliers to have a minimum level of economic and financial standing and/or a minimum financial threshold.
The estimated annual contract value is specified in section II.1.5 of this advert.
Minimum level(s) of standards possibly required: Minimum level of standards to be applied are:
1) If the estimated annual contract value is greater than 50 % of the supplier’s annual turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include:
(a) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(b) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
2) A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
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: 2017-01-23 Local time: 10:00
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)
IV.2.7) Conditions for opening tenders
Date: 2017-01-24 Local time: 10:00 Place:MOD Corsham.
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 proposed Beta and Live phases are subject to approval under the contracting authority internal financial approvals process and Central Government expenditure arrangements. The contracting authority expressly reserves the right to cancel the procurement and /or not award a contract. The contracting authority will not be liable for any associated costs that are incurred by candidates as a result of the procurement process commenced by publication of this notice.
The ITT must be submitted at the same time as the PQQ. Only bidder responses which have successful passed all the listed PQQ criteria (as evaluated using the ‘Pass/Fail’ mechanism) will be taken forward to ITT stage for evaluation. In relation to the PQQ, no embedded links or documents are to form part of your PQQ response.
Clarification questions will be managed on a weekly basis for suppliers via the DCO. Closure date for any clarification questions will be 16.1.2017.
The Authority will be using consultants and contractors to support this procurement. Their role within the procurement process will be evaluation of the PQQ and ITT Technical Criteria, although moderation will be undertaken by the Authority.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2 April 2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.
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.
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: S674X2M633.
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 (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-20161219-DCB-9279791.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Minstry of Defence, Information System and Services, ISS Commercial Sourcing Team, CCT
Postal address: Spur B2, Building 405,, Westwells Road
Town: Corsham
Postal code: SN13 9NR
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team
Town: Corsham
Postal code: SN13 9NR
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team
Town: Corsham
Postal code: SN13 9NR
Country: United Kingdom
VI.5) Date of dispatch of this notice:2016-12-19