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-Bristol: Defence services.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, Agencies/Misc, Other
Larch 0A #2021, MOD Abbey Wood, Stoke Gifford, Bristol, BS34 8JH, United Kingdom
Tel. +44 367989833, Email: DESComrcl-CM-PSS@mod.gov.uk
Contact: Catherine Miller
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: Programme Delivery Partner
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 3

Region Codes: UK – UNITED KINGDOM
II.1.3)Framework agreements: The establishment of a framework agreement

II.1.4)Information on framework agreement:

Framework agreement with a single operator
II.1.5)Short description of the contract or purchase:
Defence services. Project-management services other than for construction work. Project and design preparation, estimation of costs. Calculation of costs, monitoring of costs. Supply services of personnel including temporary staff. Portfolio management services. Project-supervision services other than for construction work. Defence Equipment and Support (DE&S), part of the Ministry of Defence (MOD) wishes to appoint a Programme Delivery Partner (PDP) to assist in the delivery of a wide range of DE&S Project Management, Project Controls and Integrated Logistics related products, services and output based tasks. The PDP will have the core corporate capability to provide temporary, Suitably Qualified and Experienced Personnel (SQEP) to meet DE&S resource shortfalls across a range of DE&S role profiles. In addition, the PDP will be able to readily access a range of specialist personnel and services including but not limited to the following:

• P3M Operations – delivery of outputs and outcomes relating to Performance, Time and Cost boundaries;

• Whole life estimation/risk and opportunity analysis;

• Strategic resource management analysis and expertise;

• Asset management solutions;

• Operational/logistics management;

• Quality Assurance and forensic schedule analysis;

• Provision of advice and development of logistic Support Solutions;

• Development and maintenance of Service Delivery Plans and

• Capability development such as technical coaching and mentoring (i.e. transformational upskilling, including the development to attain, and assessment of, a required competency and/or ‘licence to practice.’

II.1.6)Common Procurement Vocabulary:
75220000 – Defence services.

79421000 – Project-management services other than for construction work.

71242000 – Project and design preparation, estimation of costs.

71244000 – Calculation of costs, monitoring of costs.

79620000 – Supply services of personnel including temporary staff.

66140000 – Portfolio management services.

79421100 – Project-supervision services other than for construction work.

II.1.7)Information about subcontracting:
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed.
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract.
II.1.8)Division into lots: No
II.1.9)Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope (including all lots, renewals and options):
DE&S requires a PDP to assist in the delivery of DE&S Project Management, Project Controls and Integrated Logistics Support and the temporary resourcing within the DE&S Project Management, Project Controls and Logistics functions. The PDP must be able to demonstrate core corporate capabilities in the three functional areas as detailed above and DE&S are seeking innovative ways of delivering the service. The PDP will be required to be agile and flexible to the requests of DE&S and work closely with the functions to integrate and continuously improve the way services are delivered in order to achieve a number of benefits including but not limited to:

• Reduced cost;
• Enhanced quality;
• Standardisation in the demand and delivery of outputs;

This requirement will form part of DE&S’ ongoing transformation strategy towards a best-in-class delivery organisation. The PDP requirement covers the mobilisation of the Service and is likely to include the migration of existing Programme activities into the new arrangement where it makes business sense to do so. DE&S’ PDP requirement is set out in two main elements:

Part A – PDP Support:

• Delivery of defined products (outputs)
• Resources (team or individual) for a specific assignment (inputs)

Part B – PDP Core Delivery Team

• Provision of key personnel, continuous service delivery improvement and a self – support system to ensure PDP operates and is managed effectively.

DE&S is keen to engage with suppliers from across industry. This acquisition is expressly not limited to those with defence sector experience as experience and knowledge in other market sectors may well have value to offer DE&S. It is envisaged that the majority of people to be provided will be deployed in Bristol, although there is the potential for deployment at other locations across the United Kingdom. DE&S is an equal opportunities employer and is seeking a diverse and inclusive workforce.

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 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.

The PDP contract value is estimated to be up to £250 million over the four year duration if the option years are taken up.
Estimated value excluding VAT: 250,000,000
Currency: GBP

II.2.2)Options: Yes
If yes, description of these options: It is envisaged that the Contract will include the following Option periods to be exercised at the sole discretion of the Authority:

i) A 12 month extension (Year 3).
ii) A subsequent 12 month extension (Year 4).
If known, Provisional timetable for recourse to these options:

Duration in months: 24 (from the award of the contract)

II.2.3)Renewals: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A Parent Company Guarantee may be required at Invitation To Negotiate Stage.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Electronic Trading: Tenderers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall be made via CP&F. You can find details at http:/www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Tenderers will be asked to declare during supplier selection stage the details of their proposed bidding model, including details of any consortium, if applicable. Please note that the Authority may require the consortium to assume a specific legal form if awarded the Contract, to the extent that it is necessary for the satisfactory performance of the Contract.

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:
1) Cyber Security

The MOD has a duty to protect itself from Cyber threats and this is extended to Suppliers we engage with. The MOD, working together with Industry and other Government Departments, has developed a more robust Cyber Security Model, as an extension to the Government Cyber Essentials Scheme and under the umbrella of the Defence Cyber Protection Partnership (DCPP). All key contractors must have the cyber security controls specified in DEF-STAN 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level in the contract.

The Authority has determined the level of risk to be low (reference RAR-M9RZ88KQ) as defined in the DEF-STAN 05-138. In order to do business with the MOD you must have cyber security controls as required above.
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.
The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of these criteria are at

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.

III.2.2) Economic and financial standing:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:
This will be detailed in the Dynamic Pre Qualification Questionnaire (DPQQ).
Minimum level(s) of standards possibly required: (if applicable)
The estimated Contract Value is £250 million over the 4 year period. If the estimated annual contract value (£62.5 million GBP) is greater than 40% of the Contractor or Contractor Group turnover, the Authority reserve the right to exclude the supplier from selection to tender unless the supplier provides a statement that it is willing to provide the Authority with an indemnity, guarantee or bank bond (in a form that satisfies the Authority).
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)

Information and formalities necessary for evaluating if the requirements are met:
This will be detailed in the Dynamic Pre-Qualification Questionnaire (DPQQ).
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: Negotiated

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 6
Objective Criteria for choosing the limited number of candidates:
Interested suppliers are required to complete the DPQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III of this Contract Notice.

Full details of the method for choosing the tenderers will be set out in the Help Text Box for the DPQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

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: Programme Delivery Partner PDP/001
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2017/S 217 – 451313 of 09/11/2017

Other previous publications: No

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

Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 20/02/2018
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), to be included in the Contractor Grouping. 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.

A Principle Paper to provide additional information regarding the requirement has been uploaded to the DCO alongside the DPQQ. The Principle Paper can also be accessed in the PDP AWARD data room.

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: 724X6M75UF.

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.

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, Agencies/Misc, Other
Bristol, 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: 19/01/2018

ANNEX A


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 25, 2024

Engineering Training Framework Agreement

Type of document: Contract Notice Country: United Kingdom 1. Title: ENGINEERING TRAINING FRAMEWORK AGREEMENT 2. Awarding Authority: Ministry of Defence, GB Email:

April 25, 2024

The Repair of Coolant Line Replacement Units and Associated Items - Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: THE REPAIR OF COOLANT LINE REPLACEMENT UNITS AND ASSOCIATED ITEMS – SHORT