Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Ministry of Defence, C&C, C&C
Army HQ Commercial, D Res, IDL 437, Zone 8, 2nd Floor, Ramillies Building, Marlborough Lines, Monxton Road
Andover
SP11 8HJ
UK
Contact person: Joanne Townley
Telephone: +44 1264381893
E-mail: ArmyComrcl-T1-Mailbox@mod.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/ministry-of-defence
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.contracts.mod.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Provision of New ICS System to British Army Training Unit Kenya (BATUK)
Reference number: 700192323
II.1.2) Main CPV code
48800000
II.1.3) Type of contract
Supplies
II.1.4) Short description
This requirement is for the procurement of a fully managed Information and Communications System in British Army Training Unit Kenya with through life support to facilitate the local employed civilians ability to perform routine business.
II.1.5) Estimated total value
Value excluding VAT:
1 250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM.
II.2.4) Description of the procurement
The requirement is to renew the existing BPIS equipment with a full network architecture review. The outline requirements will be: Active and passive infrastructure to provide an IT network for use by around 140 users spread over two geographically separated sites (Kifaru Camp, Nairobi and Nyati Barracks, Nanyuki).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 125 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/07/2020
End:
30/06/2025
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/03/2020
Local time: 09:30
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
24/03/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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 GO Reference: GO-2020217-DCB-16009738
VI.4) Procedures for review
VI.4.1) Review body
Ministry of Defence, C&C, Other
Andover
UK
Telephone: +44 1264381893
E-mail: ArmyComrcl-T1-Mailbox@mod.gov.uk
VI.4.2) Body responsible for mediation procedures
Ministry of Defence, C&C, C&C
Andover
UK
Telephone: +44 1264381893
E-mail: ArmyComrcl-T1-Mailbox@mod.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Ministry of Defence, C&C, Other
Andover
UK
Telephone: +44 1264381893
E-mail: ArmyComrcl-T1-Mailbox@mod.gov.uk
VI.5) Date of dispatch of this notice
17/02/2020