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

The Provision of New ICS System to British Army Training Unit Kenya (BATUK)

  • First published: 19 February 2020
  • Last modified: 19 February 2020
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Ministry of Defence, C&C, C&C
Authority ID:
AA78175
Publication date:
19 February 2020
Deadline date:
18 March 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

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

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:
ArmyComrcl-T1-Mailbox@mod.gov.uk
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.