Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

MIRANDA Sustainment

  • First published: 18 August 2018
  • Last modified: 18 August 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Unknown
Authority ID:
AA47308
Publication date:
18 August 2018
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence, Land Equipment, SEOC

Abbey Wood

Bristol

BS34 8JH

UK

Dr Martin Wells


+44 1179132548

Martin.Wells988@mod.gov.uk


https://www.gpv.uk/government/organisations/defence-equipment-and-support


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

MIRANDA Sustainment

II.1.2)

Type of service contract

3

Main site or location of works, place of delivery or performance

United Kingdom


UK

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Information systems and servers. The Management Information Reporting and Data Analysis (MIRANDA) application comprises a suite of ORACLE Commercial Off-The-Shelf tools which collectively provide an Agile Data Analytics platform allowing the Inventory Accounting Enabling Team (IAET) to carry out monthly and Financial Year (FY) end reconciliation of accounts, enables the analysis of the financial data and allows the reporting of that analysis to a large community of stakeholders (IAET, Operating Centres (OCs), Project Teams and Front Line Commands).

MIRANDA is currently hosted on a dedicated Impact Level 3 infrastructure which is connected to the MOD Restricted LAN Interconnect (RLI) and accessed by an authorised group of Defence Information Infrastructure Future (DII (F)) users working on standard DII (F) or MoD NET User Access Devices (UADs).

The application, whilst accessed from DII (F) UADs over the RLI, is not an ATLAS DII (F) delivery and requires hosting outside of the DII (F) infrastructure boundary using an appropriate List-X hosting solution.

The target user community includes the contracting customer (DE&S Inventory Reconciliation Programme team) and the primary user is the MoD DE&S Fin IAET. However, all staff within DE&S Fin, the Finance Function, Project Teams and Front Line Commands may require access to the application.

The following elements essential to maintaining the MIRANDA application and capability as a minimum:

Application Hosting Environment: List-X Data Centre Hosting of Production, Pre-Production and Development environments including:

Management, maintenance and support of Server Platforms (Hardware and Operating System) and Oracle appliances and databases including obsolesce and technical refresh.

Management, maintenance and support of Storage sub-system and provision of data backup services including obsolesce.Provision of IT Service continuity services.

In-Data Centre Local Area Network services.

Infrastructure Boundary Security.

Support Services including:

Service Desk, Incident and Problem Management.

User Account Management.

Security Management.

Application Data Support (import and export).

Change and Release Management.

Service Level Management.

Application Support.Licencing management.

Disaster Recovery planning.

Business Continuity planning.

Application Development and Continuous improvement including:

Application development.

Capability performance testing.

Solution and Service continuous improvement identification and execution

II.1.6)

Common Procurement Vocabulary (CPV)

48800000

II.1.7)

Information about subcontracting

Checked box
Checked box
Unchecked box
Unchecked box
Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Hosting, maintenance and support of the Management Information Reporting and Data Analysis (MIRANDA) application, which comprises of a suite of ORACLE Commercial Off-The-Shelf tools. Value is an estimated max figure covering the three year duration plus options for 3 '1-year' extensions.

6 500 000
GBP

II.2.2)

Information about options

Additional 1 year options to extend.

Provisional timetable for recourse to these options

1095

II.2.3)

Information about renewals



Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Not Applicable

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment will be made electronically via CP&F

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Not Applicable

III.1.4)

Other particular conditions to which the performance of the contract is subject

GDPR; Cyber Security

III.1.5)

Information about security clearance


 01-07-2019

III.2)

Conditions for Participation

III.2.1)

Personal situation



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.




III.2.2)

Economic and financial standing



(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 3 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.

See PQQ



See PQQ




See PQQ



See PQQ


III.2.3)

Technical and/or professional capacity



(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability

(b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case:

(i) the value of the consideration received; (ii)when and where the work or works were carried out; and

(iii) specifying whether they were carried out according to the rules of the trade or profession and properly completed;

(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and:

(i) the dates on which the goods were sold or the services provided;

(ii) the consideration received;

(iii) the identity of the person to whom the goods were sold or the service were provided;

(iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and

(v) where — (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;

(d) a statement of the technicians or technical services available to the economic operator to:

(i) carry out the work under the contract; or

(ii) be involved in the production of goods or the provision of services under the contract;

particularly those responsible for quality control, whether or not they are independent of the economic operator;

(e) a statement of the economic operator's:

(i) technical facilities;

(ii) measures for ensuring quality;

(iii) study and research facilities; and

(iv) internal rules regarding intellectual property;

(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and:

(i) if any, those of the economic operator's managerial staff; and

(ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;

(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract

(i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous 3 years;

(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;

(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;

(n) a certificate:

(i) attesting conformity to quality management systems standards based on the relevant European standard; and

(ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification;

(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).

See PQQ Part 2, Form F for specific technical questions.



Pass/Fail and Scored — Minimum of 'Pass' (Question 6.1.1) and 70 % (min PQQ Part 2, Form F scores of 4 per question — 6.1.2 to 6.1.6).




See PQQ



See PQQ


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

16

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

SEOC/0005

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 31-08-2018  10:00

 


IV.3.4)

Time-limit for requests to participate

 14-09-2018  10:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 03-12-2018

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



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: 583BA2A8M5.

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-2018815-DCB-13015877

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


SEOC

DE&S, Abbeywood, Filton

Bristol

BS34 8JH

UK




Body responsible for mediation procedures


SEOC

DE&S, Abbeywood

Bristol

BS34 8JH

UK




VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained


SEOC

DE&S, Abbeywood

Bristol

BS34 8JH

UK




VI.5)

Dispatch date of this Notice

 15-08-2018

Coding

Commodity categories

ID Title Parent category
48800000 Information systems and servers Software package and information systems

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.