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

NSoIT(D) Containerisation

  • First published: 14 August 2019
  • Last modified: 14 August 2019
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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:
14 August 2019
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

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, Information Systems and Services, ISS Commercial Sourcing Team

Spur B2, Building 405, Westwells Road

Corsham

SN13 9NR

UK


+44 3067702611

thomas.ford105@mod.gov.uk


https://www.gov.uk/government/organisations/ministry-of-defence


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

NSoIT(D) Containerisation

II.1.2)

Type of supplies contract

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

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

Gloucestershire, Wiltshire and Bristol/Bath area


UKK1

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)

Cases: design and delivery of transit cases and flight racks to the new style of IT (Deployed) projects.

II.1.6)

Common Procurement Vocabulary (CPV)

44619100

II.1.7)

Information about subcontracting

Checked box
Unchecked 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

The New Style of IT (Deployed) (NSoIT(D)) programme is tendering for a 5-year, firm price, transit case and flight rack, call off contract up to the potential maximum value of £7,900,00.00. This value is not a guarantee of business or future through-put.

The NSoIT(D) programme is being delivered under 3 projects:

— land environment project,

— maritime environment project,

— legacy blue sustain.

The NSOIT(D)’s projects require 2 styles of containerisation:

— flight racks: racks to be used to containerise communication information systems equipment such as switches, routers and servers. These will be bespoke cases and will need to meet an IP54 rating,

— transit cases: cases will be used to containerise user access devices, node peripherals, and printers and will all require computer aided manufacture foam work and meet an IP67 rating.

The supplier shall design and deliver transit cases and flight racks within set lead times. Over the lifetime of the contract there is an expectation that between 2 000 to 3 000 transit cases and 500 to 800 flight racks will be required. However, this is not a guarantee of minimum or future throughput.

The order profile is expected to be c.50 racks and 200 cases in year 1, however, in years 2 and 3, this will increase substantially to between 1 500-2 500 cases and 400-800 racks, a year. Year 4 and 5 is likely to reflect the profile of the 1st year.

The cyber risk profile has been identified as 'Very Low'. The risk assessment reference is RAR-FBF2MJ5B.

 17 900 000
GBP

II.2.2)

Information about options

Provisional timetable for recourse to these options

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

Any deposits and guarantees required shall be identified in the invitation to tender.

III.1.2)

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

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

III.1.4)

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

III.1.5)

Information about security clearance


 01-02-2020

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











III.2.3)

Technical and/or professional capacity











III.2.4)

Reserved contracts

Unchecked box
Unchecked box

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

38

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

DPS/00087

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



 


IV.3.4)

Time-limit for requests to participate

 13-09-2019  17:00

IV.3.5)

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


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 login, go to your response manager and add the following access code: 78J2F839ZJ

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 0800282324.

GO Reference: GO-2019812-DCB-15240207

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team

Spur B2, Building 405, Westwells Road

Corsham

SN13 9NR

UK

thomas.ford105@mod.gov.uk

+44 3067702611


Body responsible for mediation procedures


Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team

Spur B2, Building 405, Westwells Road

Corsham

SN13 9NR

UK

thomas.ford105@mod.gov.uk

+44 3067702611


VI.4.2)

Lodging of appeals

VI.4.3)

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


Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team

Spur B2, Building 405, Westwells Road

Corsham

SN13 9NR

UK

thomas.ford105@mod.gov.uk

+44 3067702611


VI.5)

Dispatch date of this Notice

 12-08-2019

Coding

Commodity categories

ID Title Parent category
44619100 Cases Other containers

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.