Strategic Partner for Defence Core Network Services
Defence core network services (DCNS) is an information and communications technology (ICT) service acquisition change programme aimed at delivering better integrated end-to-end (E2E) ICT with greater agility and at less cost. DCNS initially focuses on replacement services for the following 5 ISS major enabling network contracts, all of which are due for replacement over the next decade: UK-Corsham: business services: law, marketing, consulting, recruitment, printing and security
2012/S 43-070636
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
DE&S Commercial, DE&S
Level B3, Building 405, MOD Corsham
Contact point(s): Director Information Systems & Services Operating Centre, DE&S
SN13 9NR Corsham
UNITED KINGDOM
E-mail: desissprogs-dcnscomrcl@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: Director Information Systems & Services Operating Centre, DE&S
DES ISS Progs-DCNS Gemini Project Manager, Building 405, Spur C, Wilts
SN13 9NR Corsham
UNITED KINGDOM
E-mail: DESISSProgs-DCNSGemini@mod.uk
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 26: Other services
NUTS code UK
i. Defence electronic commerce service (DECS);
ii. Defence fixed telecommunications services (DFTS);
iii. Defence information infrastructure (DII);
iv. Defence high frequency communication service (DHFCS);
v. Skynet 5.
However, all ISS programmes, projects and services will be considered on a case by case basis for inclusion in DCNS in the future.
The Ministry of Defence seeks a Strategic Partner (SP) to support the development and delivery of an integrated approach to the incremental delivery of MoD ICT capabilities. The approach will build on the strategies, plans and approach developed during the early phases of DCNS, developing the ISS delivery programme in a way that, where appropriate, preserves the vision and principles of the DCNS approach whilst de-risking the delivery of programme outcomes and benefits.
The role of the strategic partner will be to support the DCNS team in devising the best way of meeting the required outcomes and then assisting with the delivery of those outcomes through the provision of key skill sets and resources across a wide range of functions, including but not limited to business, technical, commercial, financial, security, requirement, scrutiny and approval, and programme. Initially it is expected that the partner will be focused on programme management of DCNS and successful delivery of assessment phase outcomes for projects Emporium (the replacement for services currently provided by the DECS contract) and Grapevine (the replacement for services currently provided by the DFTS and DII contracts). Subject to additional approvals and commercial agreement, the partners involvement may be extended to encompass:
— the development of ISS business change management and retained organisation, including the ISS intelligent client capability,
— supporting the delivery of service management functions that need to be put in place at the beginning of transition in order to maintain capability whilst new arrangements are developed and implemented and existing arrangements are ceased,
— the development of the DCNS service portfolio,
— the development of the DCNS integration and management (SIAM) function,
— the development and maintenance of engineering and service operational architectures artefacts, processes and procedures and
— supporting the delivery of subsequent procurement projects through to implementation and the realisation of programme benefits.
The partner must be able to demonstrate:
— a proven track record in the delivery of successful outcomes for ICT acquisition, transition and service delivery,
— a proven track record in the delivery of successful outcomes for ICT organisational transformation,
— relevant and credible understanding of delivery of ICT in the defence environment,
— the capability and capacity to integrate and inspire truly effective joint working with the MOD team,
— the ability and empowerment to sustain high quality advice and outputs throughout the period of the contract including anticipated periods of uncertainty and financial challenge.
During the 3-7 year tenure of the partner, MOD will consider running further competitions for the strategic partner or activity undertaken by the strategic partner in the future.
To enable potential suppliers to better understand the scope of the MOD’s DCNS SP requirement, the contracting authority intends to hold an Industry Day at MOD Corsham on 12th and 13th March 2012.
79000000, 72000000
Range: between 15 000 000 and 80 000 000 GBP
Description of these options: The Contracting Authority intends to enter into a three (3) year contract with potential to extend on yearly options for a further four (4) years. Exercise of any option will be at the contracting authority’s sole discretion.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire (PQQ).
Payable documents: no
Section VI: Complementary information
All conditions, requirements and questions relating to Section III, Legal, economic, financial and technical information of this notice will be covered in the pre-qualification questionnaire (PQQ) and guidance, which will be issued to potential suppliers at the planned contracting authority sponsored Industry Day to be held at MOD Corsham on 12th and 13th March 2012. Potential suppliers who are unable to attend the Industry Day will be able to access the PQQ and Guidance from the following mail box – desissprogs-dcnscomrcl@mod.uk. This information will be available from 17:00 on the 13.3.2012.
Transfer of undertakings (Protection of Employment) (TUPE) implications may apply to this procurement.
This notice is pursuant to procurement under Directive 2009/81/EC that has been transposed in the UK as the Defence and Security Public Contracts Regulations 2011.
Potential suppliers should note that:
— in accordance with the UK Government’s policies on transparency, the Authority intends to publish the invitation to negotiate (ITN) document, and the text of any contract awarded, subject to possible redactions at the sole discretion of the Authority,
— any supplier personnel employed in the SP role will be required hold a security clearance under the Government vetting scheme to a minimum of security cleared (SC) level before they can be engaged in role and must sign a non disclosure agreement. Any supplier personnel required to work on deployed, above-secret and NFC activities under this contract will need to hold a developed vetting clearance,
— any supplier will be required to comply with a range of Defence security requirements that will be set-out in a Security Aspects Letter (SAL). The SAL will be available as part of the PQQ 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. Advertising regime OJEU: these contract opportunities are published in the Official Journal of the European Union (OJEU) and the MOD Defence Contracts Bulletin. GO reference: GO-2012229-DCB-3747273.
Director Information Systems & Services Operating Centre, DE&S
Level B3, Building 405, MOD Corsham
SN13 9NR Corsham
UNITED KINGDOM
E-mail: desissprogs-dcnscomrcl@mod.uk
Director Information Systems & Services Operating Centre, DE&S
Level B3, Building 405, MOD Corsham
SN13 9NR Corsham
UNITED KINGDOM
E-mail: desissprogs-dcnscomrcl@mod.uk