Ministry of Defence IaaS and PaaS Tender
DE&S now has a requirement for an Infrastructure as a service + Platform as a Service (IaaS and PaaS) support services supplier to provide a resilient infrastructure.
United Kingdom-Bristol: Software package and information systems
2020/S 050-119917
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: MOD Abbeywood
Town: Bristol
NUTS code: UKK11
Postal code: BS34 8JH
Country: United Kingdom
Contact person: Shannon Sawyer
E-mail: DESTECH-Comrcl-TEAM@mod.gov.uk
Telephone: +44 3067988040
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DE&S P3M Support
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Software package and information systems. Defence Equipment and Support (DE&S) is a bespoke trading entity and arm’s length body of the Ministry of Defence. It manages a vast range of complex projects to buy and support all the equipment and services that the Royal Navy, British Army and Royal Air Force need to operate effectively. DE&S works closely with industry, including through partnering agreements and private finance initiatives.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Bristol, City of.
II.2.4)Description of the procurement:
DE&S now has a requirement for an Infrastructure as a service + Platform as a Service (IaaS and PaaS) support services supplier to provide a resilient infrastructure and platform for DE&S’ on-premise Oracle Primavera Applications. The hosting will make continued use of the accredited ‘UKCloud’ provided platform and the DE&S owned Exadata machines located and remaining at the Ark Data Centres in Corsham and Farnborough.
Accreditation for supporting official sensitive data classification is a requirement for the production and pre-production environments. The supplier will manage the system and network accreditation processes in accordance with JSP604, taking all reasonable steps to support and maintain the accreditation process with the relevant inputs from DE&S.
In addition to the Infrastructure and Platform service DE&S has a requirement for an application support services contractor to provide a third line resolver group level application support service covering all the Primavera applications in use at DE&S. This support services will include Oracle’s ETL to Primavera Analytics and associated use of Oracle Business Intelligence Server against the application databases used for reporting – e.g. P6, Unifier and Analytics Data Warehouse.
This will include all maintenance of P6 and Unifier configuration at time of commencement of support contract. Allowance will be made for assurance and knowledge transfer for any configuration work undertaken by DE&S’ nominated development contractors within the support contract.
The supplier shall provide expert product and configuration knowledge to address functional issues and answer questions from DE&S’ technical coaches and super users, trained in the use of the products and the modes of working across their respective domains.
The supplier shall be responsible for all security patches and release patches for the Primavera applications, with expectation that DE&S will upgrade to relevant on-premise releases (with policy of consistency across all applications) in the life-time of the contract.
The supplier will work closely with any DE&S nominated development party to support appropriate levels of regression testing and operational acceptance testing, informing all relevant parties of progress and associated risks in the acceptance of the release package (s).
The supplier will play a key role in providing governance over business change and an assessment of application impact, as requested by DE&S.
The supplier will be expected to provide guidance and support of DE&S’ development contractor and effective collaboration is considered pivotal to the success of the future P3M programme. There will be a small team of product-trained DE&S staff responsible for low-medium complexity configuration within Primavera Application Suite (Unifier).
The supplier for application support will also be required to provide a mature UK-based service desk operation, which will act as the prime service desk for P3M Support across all other service elements (second/third line support, IaaS/PaaS service), helping to generate key service metrics and SLA adherence information to DE&S related to incident, service request problem and change management.
Suppliers are required to submit their tenders via the award system which can be accessed using the following URL: https://award.bravosolution.co.uk/p3m/web/project/110/register
Suppliers must log in, go to your Response Manager and add the following access code: SABBB275CR.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
A 2-year contract with the option of 2 x 1-year contract extensions.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As per the ITT.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As per the ITT.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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.
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: SABBB275CR.
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 0800 282 324.
GO Reference: GO-202035-DCB-16115079
VI.4.1)Review body
Postal address: MOD Abbeywood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
E-mail: DESTECH-Comrcl-TEAM@mod.gov.uk
Telephone: +44 3067931493
VI.4.2)Body responsible for mediation procedures
Town: Bristol
Country: United Kingdom
E-mail: DESTECH-Comrcl-TEAM@mod.gov.uk
Telephone: +44 3067988040
VI.4.4)Service from which information about the review procedure may be obtained
Town: Bristol
Country: United Kingdom
E-mail: DESTECH-Comrcl-TEAM@mod.gov.uk
Telephone: +44 3067988040
VI.5)Date of dispatch of this notice: