Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-002639/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence
Town: Gloucester
Country: United Kingdom
Email: Elizabeth.Harding784@mod.gov.uk
Internet address(es):
Main address:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of DTEP Industry Panel Support
Reference number: 706016450
II.1.2) Main CPV code: 79342200
II.1.3) Type of contract: Services
II.1.4) Short Description: The Defence Technology Exploitation Programme (DTEP) is an initiative designed to support small and medium-sized enterprises (SMEs) across the UK to develop innovative materials, technologies and processes, and to enhance Defence supply chains. MOD requires a provider to coordinate DTEP industry project review panels.
II.1.5) Estimated total value:
Value excluding VAT: 120000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Defence Technology Exploitation Programme (DTEP) is an initiative designed to support small and medium-sized enterprises (SMEs) across the UK to develop innovative materials, technologies and processes, and to enhance Defence supply chains. MOD requires a provider to coordinate DTEP industry project review panels. These UK wide industry project review panels will provide SMEs with proposal development guidance, detailed feedback to the applicants to enable them to refine and strengthen their applications prior to submission, as well as potential routes to market for commercialising these collaborative projects. The Supplier shall be responsible for the management and implementation of these industry project review panels. The panels will provide industry input/perspectives to the MOD Assessor Panel who will select projects to be supported by DTEP.
The Supplier will be required to develop and maintain a pool of industry panel members. The panels should be comprised of experts from industry, who should be volunteers from relevant UK organisations and will give their time to support the Programme. Panel members are expected to be senior employees of MOD’s Prime or Tier 1 defence suppliers, able to speak with authority to the MOD Enduring Capability Challenges and DTEP Technical Areas.
The Supplier will be required to schedule and arrange Project Review Panel(s) (PRP), there will be two types of PRPs that will occur at the ‘Review’ and ‘Pitch’ stages of the DTEP Delivery Process. The ‘Review’ PRP will review and provide early feedback on the DTEP Outline Project Proposals. The ‘Review’ PRP will be delivered virtually. The ‘Pitch’ PRP will provide applicants with the opportunity to present their project proposal to the industry panel (in a ‘dragon’s den style’ pitch) and receive further feedback. The ‘Pitch’ PRP will be delivered face to face, offered at a range of locations across the UK, although a hybrid option should be made available as required.
The Supplier will be required to attend relevant DTEP Programme Board meetings.
The Supplier shall promote DTEP to appropriate SMEs to support in identifying potential applicants and projects. Proposed promotional activities to eligible suppliers will be assessed as part of tender response.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 120000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The contract will be for 24 months with an option to extend this by a further 12 months to 36 months (2+1).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Suitability to pursue the professional activity
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-03-01 Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-03-01 Local time: 10:00 Place:Electronic
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
All documents associated with this procurement can be accessed free of charge on the Defence Sourcing Portal (DSP) using Project number 706016450-1. Details of how to register on the DSP can be found at Suppliers wishing to Tender for this requirement should submit their Tender on the DSP in accordance with the instructions contained within Invitation to Tender documentation.
Suppliers should also complete the Suitability Assessment Questions (SAQ) which is contained in the Qualification Envelope of project 706016450-1 on the DSP. These questions contain all the mandatory economic and financial grounds for rejection and the minimum levels of capacity and capability that are required to perform the contract. The SAQ is a pass/fail test for suitability and minimum levels of capability and capacity and suppliers who do not meet these minimum capability and capacity criteria will not pass to the Tender evaluation stage. Any tender Clarification Questions should be submitted through the DSP. Suppliers who wish to submit a tender should complete all questions and submit their tender documents via the DSP in accordance with the instructions in the DEFFORM 47 – ITT documents.
It is a condition of contract that MOD suppliers trade electronically via the MODs CP&F tool and Exostar.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Commercial Business Partner 4
Postal address: Innsworth House, Imjin Bks, Innsworth
Town: Gloucester
Postal code: GL3 1HW
Country: United Kingdom
VI.5) Date of dispatch of this notice:2023-01-27