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

Engineering Delivery Partner

  • First published: 13 December 2017
  • Last modified: 13 December 2017
  • Version: N/A
  •  

  • 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:
13 December 2017
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, Agencies/Misc, Other

Larch 0A #2021, MOD ABBEYWOOD, Stoke Gifford

Bristol

BS34 8JH

UK

Marie Spour / Michael Donnelly


+44 3067989833

DESComrcl-CM-PSS@mod.gov.uk


https://www.gov.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

Engineering Delivery Partner

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)

Engineering services. Engineering support services. The Engineering Delivery Partner requirement is for a service to provide:

1) Engineering Support Services: comprising:

— delivery of defined products (outputs),

— resources (team or individual) for a specific assignment (inputs).

2) Provision of innovation opportunities to enhance the products and services associated with the Authority Engineering function.

3) Provision of continuous key personnel to ensure EDP operates and is managed effectively.

This opportunity is expressly not limited to those with Defence sector experience as experience and knowledge in other market sectors may be beneficial.

II.1.6)

Common Procurement Vocabulary (CPV)

71300000
71336000

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

Defence Equipment and Support ("DE&S"), part of the UK Ministry of Defence ("MOD"), wishes to appoint an Engineering Delivery Partner ("EDP") to assist in the delivery of DE&S Engineering support services (i.e. activities leading to defined products such as Systems Requirements Documents, System Architectures and safety cases) as well as the provision of temporary resourcing within the DE&S Engineering Function.

The scope of the services and requirements covers the full breadth of Engineering services currently required and may encompass potential further support that may be required in the future.

Engineering covers a number of sub-functions, disciplines, and specialisms (including but not limited to Maritime Platforms, Mechanical, Electrical & Power Distribution, Aerosystems, Systems Engineering & Integration, Mission and Operational Support, Software Sensors and Electronic Systems, Nuclear, and Ordnance, Munitions, and Explosives (OME).

DE&S requires an EDP to assist in the delivery of engineering support and the temporary resourcing within the DE&S Engineering Function. The requirement will form part of DE&S’s transformation strategy towards the a-best-in-class delivery organization. The EDP is a Category A project which will meet the future requirements of DE&S and wider MOD for Engineering Support.

The EDP will need to be responsive to the requests of DE&S and work closely with the Engineering Function to provide continuous improvement to the way Engineering Support is delivered; in order to achieve a number of benefits including but not limited to:

1) Reduced costs,

2) Enhanced quality,

3) Improving the way in which services are provided,

4) Enhancing the forward planning of engineering support,

5) Standardising the way in which services are requested and defined, and,

6) Standardising the delivery of outputs.

The requirement is expressed as:

Part A - Engineering Support Services: comprising:

— delivery of defined products (outputs),

— resources (team or individual) for a specific assignment (inputs).

Part B - Innovation.

There is a need to scope, identify and deliver innovation opportunities in partnership with the EDP. The aim of innovation is to improve engineering processes and to deploy more effective and efficient ways of working and approaches to delivery. The total scope and value of Part B are difficult to quantify prior to Contract award, as it will depend on the ability of the EDP to identify and deliver innovative opportunities, the appetite of the Authority for innovation and the approach of the parties to risk. As such, the estimated Contract notice value is reflective of the Authority's best estimate at the time of publication.

Part C – Contractor Delivery Team.

The EDP will provide a Contractor Delivery Team which will form part of the Joint Programme Management Office ("JPMO") for mobilization, management, and governance.

No business whatsoever is guaranteed under any resulting contract indeed there is no guarantee that any contract will be put in place in relation to this notice. No compensation will be paid if a tender or resulting agreement is withdrawn for any reason. Tenderers should take part in this process only on the basis that they fully understand and accept this position.

2 500 000 000
GBP

II.2.2)

Information about options

It is envisaged that the Contract will include the following Option periods to be exercised at the sole discretion of the Authority:

1) A 36-month extension (Years 5, 6 and 7).

2) A subsequent 36-month extension (Years 8, 9 and 10).

Provisional timetable for recourse to these options

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

48

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

A Parent Company Guarantee will be required at Invitation To Negotiate Stage.

III.1.2)

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

Electronic Trading: Tenderers must note the mandatory requirement for electronic trading using the Contracting, Purchasing, and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall be made via CP&F.

You can find details at http:/www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.

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

Tenderers will be asked to declare during supplier selection stage the details of their proposed bidding model, including details of any consortium, if applicable.

Please note that the Authority may require the consortium to assume a specific legal form if awarded the Contract, to the extent that it is necessary for the satisfactory performance of the Contract.

III.1.4)

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

1) Security Status:

There is a requirement for the contractor or contractor group to have access to a 'List X' facility and to have a UK based company as part of their commercial construct, however, this does not limit this contract only to those that already hold a clearance such as 'List X', as any short-listed, non-List X UK contractors that meet the security contractual conditions will be sponsored for provisional List X Clearance through DES PSyA - Security Advice Centre, MOD Abbey Wood. Further information will be provided in the tender documentation issued to tenderers.

2) Cyber Security:

The MOD has a duty to protect itself from Cyber threats and this is extended to Suppliers we engage with. The MOD, working together with Industry and other Government Departments, has developed a more robust Cyber Security Model, as an extension to the Government Cyber Essentials Scheme and under the umbrella of the Defence Cyber Protection Partnership (DCPP). All key contractors must have the cyber security controls specified in DEF-STAN 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level in the contract.

The Authority has determined the level of risk to be low (Ref: RAR-87FZ4RUH) as defined in the DEF-STAN 05-138. In order to do business with the MOD you must have cyber-security controls as required above.

III.1.5)

Information about security clearance


 31-10-2018

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





The estimated Contract Value is £2.5bn over the 10 year period. If the estimated annual contract value (250mGBP) is greater than 40 % of the Contractor or Contractor Group turnover, the Authority reserve the right to exclude the supplier from selection to tender unless the supplier provides a statement that is willing to provide the Authority with an indemnity, guarantee or bank bond (in a form which the Authority is satisfied).







III.2.3)

Technical and/or professional capacity



1) 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

2) 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:

— the dates on which the goods were sold or the services provided,

— the consideration received,

— the identity of the person to whom the goods were sold or the service are provided,

— any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided, and,

— where:

— — that person was not a contracting authority,

— — the certificate referred to in sub-paragraph, and,

— — is not available, any declaration by the economic operator attesting the details of the goods sold or services provided,

— a statement of the technicians or technical services available to the economic operator to:

— — carry out the work under the contract, or,

— — 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,

— a statement of the economic operator's:

— — technical facilities,

— — measures for ensuring quality,

— — study and research facilities, and,

— — internal rules regarding intellectual property,

— 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:

— — if any, those of the economic operator's managerial staff, and,

— — those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract,

— a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous three years

— 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

— a certificate:

— — attesting conformity to quality management systems standards based on the relevant European standard, and,

— — from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification,

— — any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph.

This will be detailed in the Dynamic Pre-Qualification Questionnaire ("DPQQ").









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


Unchecked box
Unchecked box
Checked 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

34

Objective criteria for choosing the limited number of candidates

Interested suppliers are required to complete the Dynamic Pre-Qualification Questionnaire (DPQQ) to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III of this Contract Notice.

Full details of the method for choosing the tenderers will be set out in the Help Text Box for the DPQQ.

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

EDP/001

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2017/S 213-443904 03-11-2017

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 26-01-2018  12:00

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 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: 43733G542T.

— please ensure you follow any instruction provided to you here.

— the deadline for submitting your responses 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:

— email: support@contracts.mod.uk, or,

— telephone 0800 282 324.

GO Reference: GO-2017128-DCB-11541024.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, Agencies/Misc, Other


Bristol


UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 08-12-2017

Coding

Commodity categories

ID Title Parent category
71300000 Engineering services Architectural, construction, engineering and inspection services
71336000 Engineering support services Miscellaneous engineering services

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.