Materiel Strategy for Ministry of Defence
The MSPs will be a key provider of the services / requirements driving the DE&S Materiel Strategy change programme.
United Kingdom-Bristol: Defence services
2014/S 076-132318
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
Ministry of Defence, DE&S Mat Strat
Maple 0c #2056, Abbey Wood
For the attention of: Kate Ingram
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 1179137660
E-mail: descdm-matstrat-commercialteam@mod.uk
Internet address(es):
General address of the contracting authority/entity: www.mod.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)
Section II: Object of the contract
Service category No 3: Defence services, military defence services and civil defence services
NUTS code UKK1
This requirement is part of the DE&S’s wider Materiel Strategy change programme. Under the change programme, the DE&S organisation has been established as a Bespoke Central Government Trading Entity within the public sector from 1.4.2014, with new management freedoms and controls that are appropriate to its challenges and the specialist nature of its business.
Background
DE&S performs a vital, bespoke and challenging role in the support of national security: it equips and supports the UK’s Armed Forces for operations now and in future. In procuring and supporting new military equipment, commodities and services, supporting in-service equipment through life and managing global logistic operations, DE&S is responsible for delivering some of the most complex products and services in the world which covers some 14Bn GBP per annum of the MOD’s total third party spend with industry. DE&S employs a mix of civil servants and military personnel, plus contractor staff to perform specialist roles and its internal workforce of over 12 000 personnel (as at 1.4.2014) is deployed at over 150 locations in the UK and overseas. The bulk of the workforce, however, is located on several main operating sites, with over half based at the main acquisition hub at Abbey Wood, Bristol.
DE&S’s activities range from the provision and support of complex platforms, such as nuclear submarines and combat aircraft, through the provision of global logistic operations in hostile environments, to the provision and support of high volume, low value items such as clothing and commodities, such as fuel and food. This often involves innovative technologies, complex safety assessments, sophisticated supply chains and a mix of sourcing strategies. The outputs from DE&S are used by the UK’s Armed Forces in uncertain environments and operational roles that are subject to changing demands.
DE&S’s role therefore demands best-in-class business capabilities and standards that need to be suitable for a wide range of types of products and services, of widely varying value, complexity, uncertainty/risk and criticality/priority.
Requirement
The Work Package is split into four contracts covering project delivery of each of the four Domains – Land, Fleet, Air and Joint Enablers.
The MSPs will be a key provider of the services / requirements driving the DE&S Materiel Strategy change programme. They will drive a step-change improvement of project delivery across DE&S, be it procuring new military equipment, commodities and services, supporting in-service equipment through-life or managing global logistic operations. The MSPs will design, build, implement, help operate and embed a system of project management techniques and project controls across DE&S that will improve effectiveness and efficiency of its output delivery. Potential MSPs should note that DE&S is planning to appoint other MSPs for two further Work Packages – Work Package (WP) 2, Finance/Management Information/Information Technology (Fin/MI/IT) to transform and improve the operation of its financial and information management capability and Work Package (WP) 3, Human Resources, to build and embed its Human Resources capability.
To successfully deliver the requirements, the MSPs will require significant experience and know-how of delivering complex technological products and services in demanding environments and will bring in high quality management and control techniques, including supplier management. They will have a key role in defining the behaviours required in the DE&S workforce and the MSPs’ personnel must be role models of ‘what good looks like’ as DE&S transforms. The significant number of interfaces associated with the Materiel Strategy change programme, demands that the MSPs must adopt and be committed to a collaborative working approach.
In delivering the contract the Project Delivery MSPs shall provide sufficient suitably qualified and experienced staff to deliver the requirements. This shall include a senior individual who is capable of operating in close support of the Chief of Materiel (MOD 3* civilian/military officer) for the relevant Domain and also staff to work in a ‘rainbow’ central team comprising DE&S personnel and personnel from the other Work Package MSP organisations. The MSPs shall be able to make available additional suitably qualified and experienced personnel to undertake bounded project activities within the Domains as necessary.
Companies are advised that they may bid for one or more Domains (up to all four), but will only be contracted to support a maximum of two Domains.
Companies are requested to e-mail the Materiel Strategy Commercial team once their PQQ has been uploaded, to indicate which of the Domains they are intending to bid for, and if companies are interested in more than one Domain, please list in order of preference. E-mail: descdm-matstrat-commercialteam@mod.uk.An industry day for interested personnel will be held on 29 April at the Ministry of Defence, Abbey Wood, Bristol. Please register your interest in attending this event by 12:00, 24 April by sending an e-mail to: descdm-matstrat-commercialteam@mod.uk.
75220000, 79400000
Tenders may be submitted for all lots
Companies are advised that they may bid for one or more Domains (up to all four) but will only be contracted to support a maximum of two Domains.
Only one PQQ needs to be completed regardless of the number of lots a company wishes to bid for.
Estimated value excluding VAT:
Range: between 200 000 000 and 400 000 000 GBP
Description of these options: It is anticipated that the initial contract term will be for three and a half years with 2 options to extend by 1 year (i.e. 3.5+1+1). Information on the options will be available in the Invitation to Negotiate.
Information about lots
Lot No: 1 Lot title: MSP WP1 – Project Delivery for the Land Domain
75220000, 79400000
Estimated value excluding VAT:
Range: between 50 000 000 and 100 000 000 GBP
75220000, 79400000
Estimated value excluding VAT:
Range: between 50 000 000 and 100 000 000 GBP
75220000, 79400000
Estimated value excluding VAT:
Range: between 50 000 000 and 100 000 000 GBP
75220000, 79400000
Estimated value excluding VAT:
Range: between 50 000 000 and 100 000 000 GBP
Section III: Legal, economic, financial and technical information
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 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 http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates 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.
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: (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 three 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.
The information required for evaluating economic and financial ability is detailed in the Pre-Qualification Questionnaire.
Where the Potential Provider is a consortium or association of suppliers, the financial information is required for each Potential Provider that is a member of the consortium or association. Where a Potential Provider is a subsidiary of a group, the financial information is required for both the subsidiary and parent company.
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority.
The information required for evaluating technical or professional capacity is detailed in the PQQ.
Section IV: Procedure
Section VI: Complementary information
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD 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 advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to 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/government-security-classifications
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 http://www.contracts.mod.uk.
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: 3C868FN839.
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 +44 8452707099.
GO Reference: GO-2014414-DCB-5604433.
VI.5)Date of dispatch of this notice:14.4.2014