Acquisition Support Partner for the Ministry of Defence
Provision of consultancy support to help build Acquisition System competence and confidence, mainly within Front line Commands (Navy, Army, Air, Joint Forces) and Strategic Programmes.
United Kingdom-London: Design consultancy services
2015/S 057-100260
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Secretary of State for Defence (the ‘Authority’)
Ministry of Defence Main Building Whitehall
Contact point(s): Managing agent (for this Procurement) Crown Commercial Service, 9th Floor, The Capital, Old Hall Street, Liverpool, L3 9PP
SW1A 2HB London
UNITED KINGDOM
Telephone: +44 3450103503
E-mail: managedcontracts@ccs.gsi.gov.uk, supplier@ccs.gsi.gov.uk, eenablement@ccs.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://www.gov.uk/ccs
Address of the buyer profile: https://gpsesourcing.cabinetoffice.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
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Split across 5 sites: MOD Main Building,Whitehall,London;HMS Excellent, Whale Island, Portsmouth; Malborough Lines, Monxton Road, Andover; RAF High Wycombe, Buckinghamshire; Northwood HQ, Northwood, Middlesex.
NUTS code UK
II.1.5)Short description of the contract or purchase(s)
We are looking to the ASP to help us up-skill in several areas including Project, Programme, Portfolio and Performance Management.
The ASP will be expected to provide some coaching and mentoring at several levels within the organisation.
The contract is expected to be awarded on 12.6.2015 and will last for a 1 year period with the option to extend by a further 1 year plus 1 year period(s).
The contract has a value between 25 000 000 GBP and 30 000 000 GBP.
II.1.6)Common procurement vocabulary (CPV)
79415200, 79400000, 79410000, 79411000, 79411100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— the interface between Defence Equipment & Support (DE&S) and its customers would not be strengthened, putting at risk the benefits to the MOD Acquisition System from establishing the DE&S as a bespoke trading entity; and
— the ability for MOD effectively to govern and manage the outputs of the DE&S through the Commands (a fundamental plank of the delegated operating model) would be put at risk. The scope of this assistance will be against 3 distinct areas:
1) Build Competence
2) Embed and Maintain Behaviours;
3) Coherence.
The contract will be centrally managed by the Acquisition System Authority (ASA) work and will support:
— FLCs and SP,
— ASA,
— Head Office (HO).
The ASP will not undertake an audit function but will be expected to provide coherent advice across the FLCs in line with the direction, policy and guidance that has been published in the Acquisition Support Operating Model (ASOM) and Acquisition Support Handbook.
The MOD’s priority is to build an intelligent customer with the necessary Knowledge, Skills and Experience (KSE) and embedded behaviours required to interface with a Match Fit DE&S in order to ensure successful delivery of the required outputs (eg as set out within the Command Acquisition Support Plan and Information Services Plan (CASPs and ISPs). The focus of the ASP will be on successful change management through the implementation of optimised Target Organisation Operating models (TOOMs) within the FLCs and SP. ASP activity will include support a significant contribution to embedding competence and up-skilling staff within the FLCs in order to deliver the required changes. By definition the ASP must ensure a significant degree of skills transfer during the contract period to achieve the programmes aims.
The tasks are designed to provide:
— assistance to FLCs and SP as they continue their transformation;
— an independent voice offering advice and assistance within FLCs/SP;
— industry best practice of Portfolio, Programme, Project and Performance Management;
— assistance with ‘fine tuning’ op models;
— assistance with competence and confidence building;
— a challenge to behaviours across the acquisition system;
— additional tasking as required including Interventions, Review and Short Studies.
The described tasks are not meant to be prescriptive and there may be some need to change emphasis on some tasks as the Authority tests and adjusts during the contract period. Any changes arising will be captured within the tasking process, will fit within the overall scope of the contract and will not increase the total contracted cost.
As this is a 1 year contract plus 1 plus 1 designed to build competence, transfer skills and embed behavioural change, it is recognised that some flexibility will be required to ensure the contract meets its stated aims. The tasking process will give this flexibility and will be managed through the ASA as required.
Estimated value excluding VAT:
Range: between 25 000 000 and 30 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite.
To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/become-a-crown-commercial-service-supplier
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by e-mailingexpressionofinterest@ccs.gsi.gov.uk
Your e-mail must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the e-mail. Crown Commercial Service will process the e-mail and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification e-mail to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris e-mail messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these e-mails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk e-mail: eenablement@ccs.gsi.gov.uk
Responses must be published by the date in IV.3.4).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1).
The contracting authority may take into account any of the following information:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of financial statements or extracts from the financial statements where the position of financial statements is required under the law of the country in which the economic operator is
established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Candidates will be assessed in accordance with Section 5 of the Regulations implementing the Directive, on the basis of information provided in response to an ITT.
The Contracting Authority may take into account the following information:
(a) the following lists:
(i) a list of the works carried out over at the most the past five years, accompanied by certificates of satisfactory execution and outcome for the most important works; where necessary in order to ensure an adequate level of competition, contracting authorities may indicate that evidence of relevant works carried out more than five years before will be taken into account;
(ii) a list of the principal deliveries effected or the main services provided over at the most the past 3 years, with the sums, dates and recipients, whether public or private, involved. Where necessary in order to ensure an adequate level of competition, contracting authorities may indicate that evidence of relevant supplies or services delivered or performed more than three years before will be taken into account;
(b) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 70
2. Price. Weighting 30
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 227-401060 of 25.11.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Place:
Electronically via web-based portal.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Acquisition Support Partners contract will be between the successful Supplier and the contracting authority, not the Managing Agent.
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Contract awarded, subject to possible redactions at the discretion of Crown Commercial Service.
Further information on transparency can be found at: http://ccs.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurement
The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and
in no circumstances will the contracting authority be liable for any costs incurred by the candidates.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers.
The value range provided in section II.1.4) is only an estimate and the Authority cannot guarantee to potential providers any business which is over and above the minimum commitment stated in section II.2.1).
On 2.4.2014 the Government introduced its new Government Security Classifications (GSC) classification scheme which replaced the Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC: https://www.gov.uk/government/publications/governmentsecurity-classifications
On 1.10.2014, suppliers must be compliant with the new Cyber Essentials controls if bidding for government contracts which involve the handling of sensitive and personal information and the provision of certain technical products and services. The easiest way to demonstrate that the Cyber Essentials requirements are met is to gain the Cyber Essentials certificate and this is also likely to be the cheapest way to demonstrate compliance. The Cyber Essentials Assurance Framework, leading to the award of Cyber Essentials and Cyber Essentials Plus certificates for organisations, has been designed in consultation with SMEs, including the Federation for Small Business, to be ‘lighttouch’ and achievable at low cost. The 2 options give organisations a choice over the level of assurance they wish to gain and the cost of doing so. This scheme offers the right balance between providing additional assurance of an organisation’s commitment to implementing Cyber Security to third parties, while retaining a simple and low cost mechanism for doing so. The need to meet the requirements of the Cyber Essentials Scheme will extend to sub-contractors of the supplier where such sub-contractors are involved, on behalf of the supplier, in the handling of sensitive and personal information and the provision of certain technical products and services. The supplier and any sub-contractors will need to renew their evidence of Cyber Essentials compliance at least annually.
Please refer to the CCS website: http://ccs.cabinetoffice.gov.uk/i-am-supplier/supplier-guidance-supporting-information/complaintsduring-procurement-process for information about how complaints are handled during the procurement process.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: