Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-026328/EN)
Nature of contract:
Procedure: Not applicable
Contract notice
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence
Spur B2 MOD Corsham, Westwells road
Corsham
Postal code: SN13 9NR
United Kingdom
For the attention of: Crystal Struve
Email: crystal.struve100@mod.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
I.3) Main activity:
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: NSTN & DIMHS Sustainment
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 3: Air transport services of passengers and freight, except transport of mail
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:
To provide hardware and software support to four NSTN main UK sites and two maritime platforms. The main NSTN system components comprise of; Servers, Routers, Switches, Firewalls, Rack Power Distribution, User Access Devices (UADs) and Printers. Deployable variants of the NSTN system are also included in the support.
To provide hardware and software support to two DIMHS main sites in the UK. The main DIMHS system components comprise of; Servers, Routers, Switches, Rack Power Distribution, User Access Devices (UADs) and Printers.
Provide a service support wrap for NSTN and DIMHS which will comprise of 3rd & 4th line maintenance and defect rectification utilising 3rd party support contracts where necessary i.e. Hewlett Packard (HP) Non-Stop Server support (excluding obsolete HP Non-Stop Servers) – This HP Support wrap shall be provided to the Authority as 3rd party support under the Contractors overarching support contract. The Support for the HP Non-Stop Servers shall be available 24/7/365. HP operating system support currently provided by Brightstrand.
Host the NSTN and DIMHS Test and Reference system in a physically secure and approved location.
Production and maintenance of Technical Documentation relating to the NSTN and DIMHS capabilities or any proposed changes or upgrades to the system.
Compliance with all system accreditation and security requirements for S and TS systems.
The provision and management of all 3rd party software licenses.
Change management to meet customer’s requirements – up to 10 concurrent tasks.
The NSTN and DIMHS systems shall be managed against obsolescence to ensure that the system remains supportable throughout the Contract Term.
There may be options included in this procurement and any subsequent contract.
II.1.6) Common procurement vocabulary (CPV): 72710000, 72720000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
II.1.9) Information about variants:
Variants will be accepted:
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
II.2.2) Information about options:
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion
Duration in months: 36 (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:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
– Browse to the eSourcing Portal
– Click the “Click here to register” link
– Accept the terms and conditions and click “continue”
– Enter your correct business and user details
– Note the username you chose and click “Save” when complete
– You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
– Login to the portal with the username/password
– Click the “PQQs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier)
– Click on the relevant PQQ to access the content.
– Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
– This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
– Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
– You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
– You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
– Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
– There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2) Economic and financial ability
Minimum level(s) of standards possibly required:
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Minimum level(s) of standards possibly required:
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
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 number of operators:6
Objective criteria for choosing the limited number of candidates:
Applicants that have not been rejected following Part 1 PQQ evaluation and that have met the requirements specified as part of the Part 2 PQQ evaluation, will be invited to Tender. Should there be more than SIX (6) applicants able to progress to the next stage of this procurement (ITT) the processes below will apply as required.
In the event that two or more Applicants have the same weighted score such that the number of Applicants invited to participate in the next stage of the Procurement cannot be reduced to SIX (6) without excluding one of them, the tied Applicants will be eliminated in order of the lowest combined weighted score for Part 2 questions 1 and 2, until such point as the total number of Applicants progressing to the next stage of the Procurement is SIX (6).
If, despite applying the process described in the paragraph above, the number of tied Applicants is such that the number of Applicants proceeding to the next stage of the Procurement still cannot be reduced to SIX (6), the tied Applicants shall be subject to a further elimination round, where remaining tied Applicants shall be eliminated in order of the number of questions scoring “3” received in Part 2, until such point as the total number of Applicants progressing to the next stage of the Procurement is SIX (6).
If, despite applying the processes described in the paragraphs above the number of tied Applicants is such that the number of Applicants proceeding to the next stage of the Procurement still cannot be reduced to SIX (6), the Authority reserves the right to take forward more than SIX (6) applicants.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.2) Information about electronic auction
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
IV.3.2) Previous publication(s) concerning the same contract
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
28.10.2021 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders
Section VI: Complementary information
VI.1) Information about recurrence
VI.2) Information about European Union funds
VI.3) Additional information
The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
VI.4) Procedures for appeal
VI.5) Date of dispatch of this notice:
20.10.2021