Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 158-363543/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Land Equipment, SEOC
Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Dr Martin Wells
Phone: +44 1179132548
Email: Martin.Wells988@mod.gov.uk
Internet Address(es):
General address of the contracting authority:
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:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
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: MIRANDA 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
Main site or location of works, place of delivery or of performance: United Kingdom
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:Information systems and servers. The Management Information Reporting and Data Analysis (MIRANDA) application comprises a suite of ORACLE Commercial Off-The-Shelf tools which collectively provide an Agile Data Analytics platform allowing the Inventory Accounting Enabling Team (IAET) to carry out monthly and Financial Year (FY) end reconciliation of accounts, enables the analysis of the financial data and allows the reporting of that analysis to a large community of stakeholders (IAET, Operating Centres (OCs), Project Teams and Front Line Commands).MIRANDA is currently hosted on a dedicated Impact Level 3 infrastructure which is connected to the MOD Restricted LAN Interconnect (RLI) and accessed by an authorised group of Defence Information Infrastructure Future (DII (F)) users working on standard DII (F) or MoD NET User Access Devices (UADs).The application, whilst accessed from DII (F) UADs over the RLI, is not an ATLAS DII (F) delivery and requires hosting outside of the DII (F) infrastructure boundary using an appropriate List-X hosting solution.The target user community includes the contracting customer (DE&S Inventory Reconciliation Programme team) and the primary user is the MoD DE&S Fin IAET. However, all staff within DE&S Fin, the Finance Function, Project Teams and Front Line Commands may require access to the application.The following elements essential to maintaining the MIRANDA application and capability as a minimum:Application Hosting Environment: List-X Data Centre Hosting of Production, Pre-Production and Development environments including:Management, maintenance and support of Server Platforms (Hardware and Operating System) and Oracle appliances and databases including obsolesce and technical refresh.Management, maintenance and support of Storage sub-system and provision of data backup services including obsolesce.Provision of IT Service continuity services.In-Data Centre Local Area Network services.Infrastructure Boundary Security.Support Services including:Service Desk, Incident and Problem Management.User Account Management.Security Management.Application Data Support (import and export).Change and Release Management.Service Level Management.Application Support.Licencing management.Disaster Recovery planning.Business Continuity planning.Application Development and Continuous improvement including:Application development.Capability performance testing.Solution and Service continuous improvement identification and execution
II.1.6) Common procurement vocabulary (CPV): 48800000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Hosting, maintenance and support of the Management Information Reporting and Data Analysis (MIRANDA) application, which comprises of a suite of ORACLE Commercial Off-The-Shelf tools. Value is an estimated max figure covering the three year duration plus options for 3 ‘1-year’ extensions.
Estimated value excluding VAT:
6 500 000 GBP
II.2.2) Information about options:
Options: yes
Additional 1 year options to extend.
II.2.3) Information about renewals:
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 Applicable
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made electronically via CP&F
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Applicable
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: GDPR; Cyber Security
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, 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 the Regulation 23(1) and 23(2) criteria are at 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 ability
(a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance;(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;(c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.See PQQ
Minimum level(s) of standards possibly required: (a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance;(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;(c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.See PQQSee PQQ
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: (a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator’s technical ability, taking into account in particular that economic operator’s skills, efficiency, experience and reliability(b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i) the value of the consideration received; (ii)when and where the work or works were carried out; and (iii) specifying whether they were carried out according to the rules of the trade or profession and properly completed;(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where — (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;(d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract; or (ii) be involved in the production of goods or the provision of services under the contract;particularly those responsible for quality control, whether or not they are independent of the economic operator;(e) a statement of the economic operator’s: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property;(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator’s educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator’s managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract(i) a statement of the services provider’s or contractor’s average annual number of staff and managerial staff over the previous 3 years;(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;(n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification;(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).See PQQ Part 2, Form F for specific technical questions.
Minimum level(s) of standards possibly required: Pass/Fail and Scored — Minimum of ‘Pass’ (Question 6.1.1) and 70 % (min PQQ Part 2, Form F scores of 4 per question — 6.1.2 to 6.1.6).
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: YES
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: 1 and maximum number 6
Objective criteria for choosing the limited number of candidates:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) 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) Information about electronic auction
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
SEOC/0005
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
3108201810:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
14.09.2018 – 10:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
03.12.2018
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
This is a recurrent procurement: No
VI.2) Information about European Union funds
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
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: 583BA2A8M5.
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-2018815-DCB-13015877
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
SEOC
DE&S, Abbeywood, Filton
Bristol
Postal code: BS34 8JH
United Kingdom
Body responsible for mediation procedures:
SEOC
DE&S, Abbeywood
Bristol
Postal code: BS34 8JH
United Kingdom
VI.4.3) Service from which information about the lodging of appeals may be obtained:
SEOC
DE&S, Abbeywood
Bristol
Postal code: BS34 8JH
United Kingdom
VI.5) Date of dispatch of this notice:
15.08.2018