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

Notice Type:MOD Contract Notice

GB-DPS: Deployed Land and Maritime Support Services (ADELIE)
Region Codes: UKK

Section I: Contract Title
1. Contract Title: GB-DPS: Deployed Land and Maritime Support Services (ADELIE)
2. Section (DIO only):

Section II: Identification Numbers
1. MOD Contract Notice Nr: DPS/00069

Section III: Relevant Dates
1. Deadline for Expression of Interest: 18/12/2019
2. Proposed/Estimated ITT Issue Date: 04/02/2020
3. Proposed/Estimated ITT Return Date: 12/03/2020
4. Proposed Issue Date of Contract: 01/06/2020
5. Proposed Completion Date of Contract: 31/05/2023

Section IV: Issuing Branch / Organisation Details
1. Notice Address
Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team
Building 405, Spur B2, West Wells Road, Corsham, SN13 9NR, United Kingdom
Tel. +44 30 6770 1821, Email: ISSComrcl-NSOIT-D-Mailbox@mod.gov.uk
Attn: Flik Little, ISS Commercial

Section V: Product / Service Descriptor Code
1. Industry Codes:
72315100 – Data network support services.

72611000 – Technical computer support services.

50300000 – Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.

72500000 – Computer-related services.

72253000 – Help-desk and support services.

63120000 – Storage and warehousing services.

72416000 – Application service providers.

Section VI: Summary of Requirements / Description of Work, Goods and Services
1. Summary of Requirements / Description of Work: Data network support services. Technical computer support services. Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment. Computer-related services. Help-desk and support services. Storage and warehousing services. Application service providers. Maritime and Land Deployed forces use complex information services to enable them to exercise command and control. This is delivered through the Defence Information Infrastructure (DII) contract (deployed element) via the ATLAS Consortium. Joint Force Command (JFC), Information Systems and Services (ISS), Deployed Platform Services (DPS) require continuation of this support via the new contract.

The Deployed elements of the DII Contract terminate on 30 September 2020. These Legacy systems will be replaced by the New Style of IT (Deployed) (NSOIT(D)) capability, with rollout commencing in September 2020 and projected to complete by September 2023. The Authority requires that the residual Legacy Deployed Land and Maritime support services continue to be supported during this transitional period.

A transitional period is required in order to:

a. Provide a time period for the military units to convert to the new NSOIT(D) capability.

b. Enable a finite period of time to replace the committed systems supporting live operations.

c. Align with the Fleet Operation Schedule (FOS) and sequence the replacement of Legacy systems with NSoIT(D).

The following systems are in scope:

a. DII Land Deployed (DII LD). DII LD is a deployable Information Communications System (ICS) principally utilised for Command, Control and Intelligence (C2I) in support of Land and Air military operations.

b. HOUSEKEEPER (HKPR). HOUSEKEEPER is a deployable ICS capability principally utilised for the provision of Administrative, Medical, Logistics, and Engineering services in support of Land and Air military operations.

c. DII Maritime Deployed (DII MD). DII MD is a deployable maritime ICT capability that provides Administrative, Medical, Logistics and Engineering support to RN and RFA vessels whilst at sea

These systems provide the capability for Land and Maritime environments enabling military operations to continue to be conducted until these systems can be replaced by NSoIT(D).

The new supplier is to provide Through Life Support (Service Management (SM) and Integrated Logistic Support (ILS) Services) in respect of these legacy systems which shall include:

a. Service Management (SM) Services – The new supplier shall provide the Services in accordance with the ISS Service Management Framework and the ISS Processes and the applicable Standards.

b. Integrated Logistics Support (ILS) Services – The new supplier shall provide the Services in accordance with Defence Standard 00-600, Defence Logistics Framework aligned to Key Support Areas 1- 4 and applicable standards.

c. Procurement Services – The Supplier shall provide BOM (Bill of Materials) procurement services to support in-scope legacy systems and services.

In scope systems and services may be augmented by the Authority by the additional take-on of other legacy services.

NSoIT(D) Programme will commence delivery of the Land variant of NSoIT(D) from September 2020 with transition to service complete by March 2021.

Sufficient Nodes will be rolled out by March 2021 to reduce the scope of the supported DII LD and Housekeeper systems to just those committed on operations.

Maritime NSoIT(D) will commence volume roll out in 2021 which will enable the incremental reduction of DII MD support across years two to three of this contract.

Should there be a requirement to extend any Legacy services beyond the initial contract period consideration will be given to exercising a year on year option for each discrete service.

There is a requirement for a limit of liability against change activities to address, for example, obsolescence, interoperability with other systems and onboarding of third-party applications in support of future operations. Further details will be provided at the ITT phase of this procurement.

The MSP shall be required to transfer Knowledge and Skills to the Authority as it develops its own capability.

The MSP or any sub-contractor associated with supporting the solution will require facility security clearance at SECRET UK EYES ONLY (List X). The following link outlines the Security Requirements for List X.

All personnel involved in the tender process must be UK Nationals, Security check cleared of (SC) as a minimum and those directly employed in providing Level 2 & 3 and Level 4 support must have (DV) clearance. Only in exceptional circumstances will a waiver be given while DV is in the final process of initiation and this will be on a case by case basis.

The Cyber Assessment (Octavia) code for this contract is: RAR-VWY87CE4. All Suppliers are required to complete the Supplier Cyber Assurance Questionnaire which can be accessed via:

The Authority will award a contract for the DPS ADELIE Services & Support MSP for a period of 3 firm years with 2 x 1-year options (up to a total of 5 Years).

At the Tender stage, potential suppliers may be invited to carry out due diligence site surveys (subject to survey personnel having the appropriate security clearances) of the locations hosting the current capabilities.

Full details of the requirement will be provided with the ITT. In addition, the Authority reserves the right to add or remove items of similar nature during the lifetime of the contract.

PQQ. All fully compliant PQQ responses will be marked and ranked. The five (5) PQQ submissions with the highest total marks (reserving the Authority’s right to increase this number in respect of any respondent supplier(s) marginally outside these marks) will be taken through to the next stage in the DPS/00069 ADELIE tender process where they will be invited to submit a Tender in response to a formal Invitation to Tender (ITT).

The selection criteria in the PQQ contains both Pass/Fail questions and scored questions. A PQQ response that scores a Fail against any of the Pass/Fail questions will be non-compliant. A PQQ response that scores below 2 against any of the scored questions will be non-compliant. A breakdown of the weightings is detailed within the each scored question within the PQQ. Please note that clarification questions for this PQQ will be answered in a clarification register. This will be held in the Supporting Documents section in the PQQ. Please ensure that the register is checked daily. The closing date for clarification questions is 09 Dec 2019 at 16:00.

ITT. ITT evaluation will follow the award principle of Most Economically Advantageous Tender (MEAT) with appropriate weightings to be determined. ITT documentation will include the detailed selection and award criteria. The Authority’s current approach is to include a MEAT Ratio for this procurement of 60/40 (60% Technical v 40% Price).
2. Main Place of Performance or Delivery: SOUTH WEST (ENGLAND)
3. Can a supplier bid alone for only a part of the contract?: No
Section VII: Reverse Auction
1. Reverse Auction: No. A Reverse Auction, conducted using electronic means, will not be used as part of the procurement process for this requirement.

Section VIII: Estimated Value of Requirement
1. Estimated Value of Requirement: Category C: 20M – 100M GBP

Section IX: QA Standards
1. QA Standards: BS EN ISO 9001 with appropriate scope

Section XII: Additional Information
1. Additional Information:
1. This procurement is exempt from the application of the Public Contracts Regulations 2015 (PCR) and the Defence and Security Public Contracts Regulations 2011 (DSPCR) pursuant to Regulation 7(1)(a) of the DSPCR and Article 346(1)(a) of the Treaty on the Functioning of the European Union, in order to protect UK essential security interests. The obligations, rights and remedies under the PCR and/or DSPCR therefore do not apply to this procurement.

2. IR35 – The intermediaries’ legislation does not apply to this engagement.

3. 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 MOD should register on its Supplier Information Database (SID), available at www.contracts.mod.uk. The SID is a catalogue of potential suppliers available to all MOD procurement staff, and is the main supplier database used by MOD. Please note that the registration and publication of a company profile on the 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 a contract opportunity must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions in the contract notice.

4. 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.

5. Companies wishing to receive an ITT must have the capability to manage documentation up the classification of OFFICIAL SENSITIVE, which may have to be escalated to SECRET UK EYES ONLY (SUKEO) during transition. This will be used to pass secure build details between the MOD and the onboarding contractor.

6. Third Party involvement in Tender Process. The intention is to use Commerce Decisions Ltd, a division of QinetiQ, to facilitate the ITT evaluation criteria, technical criteria weightings and the relationship between technical score using the AWARD tool for the ITT dissemination and bid assessment.

7. Electronic Trading. Potential Suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic purchasing tool. All payments for contract deliverables under the contract shall only be made via CP&F. You can find details on CP&F at

8. Subject to applicable law. The Authority reserves the right in its absolute discretion and notwithstanding anything to the contrary in this Procurement or otherwise at any time and without prior notice to:

a) change or waive the basis, requirements, scope, content, procedures, structure and/or timescale for the Procurement in whole or in part as it considers appropriate, including:
1. issuing updated, amended and/or replacement documentation or information including all or part of the PQQ, ITT or Contract;
2. adding, removing, amending or replacing components from the scope of any requirement;
3. adding, removing, amending, replacing, postponing or re-ordering any stages, phases or steps of the Procurement;
4. varying the Procurement timings or deadlines (including the timetable set out in Section III: Relevant Dates); or
5. varying the permitted methods or contact details for submitting Proposals or communications with the Authority;
b) require Bidders to:
1. submit updated, amended or replacement versions of all or part of Bidder’s Proposals; or
2. provide any additional, supplementary or clarificatory information, explanations or verifications that it may consider appropriate;
3. reject all or part of any Proposal or re-invite Proposals on the same or an alternative basis;
c) disqualify any Bidder who:
1. provides information or confirmations which later prove to be untrue or incorrect or does not supply the information required by the Authority during the Procurement process; or
2. does not, in the Authority’s opinion, comply with the provisions of this PQQ or any other requirement of the Authority in connection with the Procurement that may from time-to-time be notified to the Bidders;
d) withdraw all or part of this Procurement;
e) terminate all or part of the Procurement;
f) award a contract without prior notice; or
g) not award any contract(s) as a result of the Procurement.

9. Conflict of Interest.
a) The Authority wishes to ensure that Applicants are treated equally and in a non-discriminatory manner during the Procurement, and that conflicts of interest do not undermine fair competition therefore, the Authority wishes to identify conflicts of interest and assess Applicants’ strategies for their elimination or mitigation as early as possible in the Procurement.
b) Subject to the terms of this PQQ, the Authority reserves the right to disqualify an Applicant and/or to require the exclusion of any other member of an Applicant Group, any member of an Applicant’s supply chain and/or any third party, where any conflict of interest relevant to any of them or their associated companies cannot be eliminated or mitigated to the satisfaction of the Authority.
c) No later than the deadline for submitting their responses, Applicants must report to the Authority by email to the contact point identified in (Section IV) any actual or potential conflicts of interest arising from the participation of the Applicant, any member of the Applicant Group or the Applicant’s supply chain or any other third party’s participation in the Procurement at any point prior to a contract award decision.
d) Where an actual or potential conflict of interest is identified (whether reported to the Authority by the Applicant or otherwise identified by the Authority), the Applicant must provide to the Authority a proposal as to how it is intended that such a conflict will be eliminated or mitigated, and it shall be a condition precedent for further participation in the Procurement for the Applicant to demonstrate to the satisfaction of the Authority that the Applicant has effectively eliminated or mitigated such conflicts of interest or will be able to do so prior to its participation in the Procurement.

Advertising Regime DCB:- These contract opportunities are published on MOD Contracts Online and in the MoD Defence Contracts Bulletin.
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: P53C74EDE2.

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.

RELATED ARTICLES

May 23, 2025

Pre-Installation Sandown Initial Survey for Sonar Updates

Type of document: Contract Notice Country: United Kingdom 1. Title: Pre-Installation Sandown Initial Survey for Sonar Updates 2. Awarding Authority: Ministry of Defence NCHQ Portsmouth England PO2 8BY Contact: Email:

May 21, 2025

Replacement Secondary Submarine Radar and Support - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: Replacement Secondary Submarine Radar and Support 2. Awarding Authority: Ministry of Defence Defence Equipment &