CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-Glasgow: Processing and clearing services.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, C&C, C&C
Level 2, Kentigern House, 65 Brown Street`, Glasgow, G61 2BN, United Kingdom
Tel. +44 1412242681, Email: Defcomrclcc-hocs3a@mod.uk
Contact: Iain McLean
Main Address:
NUTS Code: UK

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Applications must be sent to: As Above

I.2)Type of the contracting authority and main activity or activities:
Ministry or any other national or federal authority, including their regional or local subdivisions

I.3) Main activity:
Defence

I.4) Contract award on behalf of other contracting authorities/entity:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Procurement of replacement contract for provision of Credit Worthiness Check for DBS UKSV
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 26

Region Codes: UK – UNITED KINGDOM
II.1.3)Framework agreements: Not Provided

II.1.5)Short description of the contract or purchase:
Processing and clearing services. Financial market regulatory services. Auditing services. Defence Business Services (DBS) United Kingdom Security Vetting (UKSV) was formed on 1 January 2017 and provides National security Vetting on behalf of Government, with MOD as its parent organisation.
UKSV now manages the contract that provides credit checks on behalf of Government. The contract is to provide credit/financial data to UKSV for the purpose of National Security Vetting checks primarily via an automated interface into the current vetting system, National Security Vetting Solution (NSVS). The contract must also allow for Other Government Departments to access the service via the internet.
UKSV is the largest user of this contract with more than 160,000 checks per annum*. Other Government Departments are expected to complete approximately 25,000 checks per annum.
The contract will be placed for an initial period of two years, with further one plus one year options (2+1+1). The contract will also require quarterly requirement review points to allow for changes to be implemented as the approach to vetting evolves. It should be noted that the current vetting solution is planned for replacement during the lifetime of the CWC Contract. The successful supplier will,be required to re-engineer connection to that system once the technical specification is defined.
A PQQ will be issued after the deadline of 10:00am 5 January 2018 to companies who express an interest in the requirement.
*Based on current usage. This is subkect to change dependent upon demand from UKSV customers.

II.1.6)Common Procurement Vocabulary:
66133000 – Processing and clearing services.

66152000 – Financial market regulatory services.

79212000 – Auditing services.

II.1.7)Information about subcontracting:
Not Provided
II.1.8)Division into lots: Not Provided
II.1.9)Variants will be accepted: Not Provided

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope (including all lots, renewals and options):
Not Provided
Estimated value excluding VAT: 1,500,000
Currency: GBP

II.2.2)Options: Not Provided
II.2.3)Renewals: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided

III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information: Not Provided
III.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided

III.2)Conditions For Participation
III.2.1)Economic and financial capacity:
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers.

Not Provided
III.2.2) Economic and financial standing:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Not Provided
III.2.3) Technical and/or professional capacity:
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Not Provided
III.2.4) Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Execution of service is reserved to particular profession: Not Provided
III.3.2)Legal person should indicate the names and professional qualifications of the staff responsible for execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 2 and maximum number: 10
Objective Criteria for choosing the limited number of candidates:
Will be contained within PQQ
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated below
Criteria – Weighting

IV.2.2)An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: HOCS1a/00042
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2017/S 105 – 209879 of 02/06/2017

Other previous publications: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

Not Provided

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 05/01/2018
Time: 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English

Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: 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.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

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, C&C, C&C
Level 2, Kentigern House, 65 Brown Street, Glasgow, G61 2BN, United Kingdom
Tel. +44 1412242681, Email: defcomrclcc-hocs3a@mod.uk

Body responsible for mediation procedures:
Ministry of Defence, C&C, C&C
Level 2, Kentigern House, 65 Brown Street, Glasgow, G61 2BN, United Kingdom

VI.4.2)Procedures for appeal: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 20/11/2017

ANNEX A

RELATED ARTICLES

May 19, 2025

Uxbridge Roofing

Type of document: Contract Notice Country: United Kingdom 1. Title: Uxbridge Roofing 2. Awarding Authority: VIVO DEFENCE SERVICES LIMITED First Floor NEWCASTLE-UPON-TYNE England NE128EX Contact: Email: Billableworks@vivodefence.com Phone: 01480 456654 URL: 3. Contract

May 19, 2025

South East and South West Door and Window Replacement Projects

Type of document: Contract Notice Country: United Kingdom 1. Title: South East and South West Door and Window Replacement Projects 2. Awarding Authority: VIVO