Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team
Defence Digital , Defence Digital Professional Services Team, Spur B2, Building 405, MOD Corsham, Westwells Road
Corsham
SN13 9NR
Contact
Mrs Claire Hussey
Email(s)
ISSComrcl-CCT-DIPS-Mailbox@mod.uk
Telephone
+44 3067700828
Country
United Kingdom
Internet address(es)
General address of the contracting authority/entity
https://www.gov.uk/government/organisations/ministry-of-defence
Address of the buyer profile
https://www.gov.uk/government/organisations/ministry-of-defence
Further information
Further information can be obtained from the above mentioned contact point(s)
one.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
one.3) Main activity
Defence
one.4) Contract award on behalf of other contracting authorities/entities
The contracting authority/entity is purchasing on behalf of other contracting authorities/entities:
No
Section two: Object
two.1) Title attributed to the contract by the contracting authority/entity:
Digital and IT Professional Services (DIPS) Framework
two.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 24: Personnel placement and supply services
NUTS code
- UKK - South West (England)
two.4) Short description of nature and scope of works or nature and quantity or value of supplies or services
Recruitment services. Technical services. Services furnished by professional organisations. Recruitment services. Technical services. Services furnished by professional organisations. Recruitment services. The United Kingdom Ministry of Defence is considering the placement of a contract for the Digital and IT Professional Services (DIPS) Framework, previously referred to as the Flexible Delivery Partner Framework covering all delivery enabling Professional Service requirements for up to four years.
The new framework will be advertised under the Defence and Security Public Contract Regulations 2011 as a Multi-Lot Framework that will utilise several selected suppliers against a wide range of capability and experience. The MoD will define but not be constrained to the capability areas that will be established across the Lots. It is anticipated that between 3 - 7 suppliers per Lot may be successful across 6 Lots.
The estimated value of this contract is @ £300M per year, with a 4-year contract duration. For the first 2 years the Ministry of Defence will manage the Framework, and after the 2nd year anniversary it will transition to Crown Commercial Services for the remainder of the term.
Estimated value excluding VAT
£1,200,000,000
Lots
This contract is divided into lots: No
two.5) Common procurement vocabulary (CPV)
- 79600000 - Recruitment services
Additional CPV code(s)
- 71356000 - Technical services
- 98112000 - Services furnished by professional organisations
two.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 25 January 2021
two.7) Additional information
The new framework will be a multi-lot framework organised around capability and skills across the full IT Spectrum. The services will be divided into six lots, as shown below. Each lot will consist of circa three to seven providers, and a provider can be successful in multiple lots.
• Lot 1 - Solution, Enterprise, Technical Architecture, Data & Knowledge Information Management
• Lot 2 - Dev, Apps, UX, Dev Ops, Sys Design & App Support
• Lot 3 - Cyber Security, Crypto, Sec Ops & Integrated Systems
• Lot 4 - Infrastructure Data Centre, Hardware Engineers & Telecoms
• Lot 5 - Project, Portfolio & Programme Management (P3M)
• Lot 6 - Intelligence Solutions
Lot definitions, service requirements and role requirements against each lot are currently being finalised.
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the subcontract
three.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The method of payment for this Contract will be via invoice submitted via CP&F (MOD’s electronic Contracting Purchasing and Finance) system. Other methods (i.e. manual invoicing) will not be considered.
If you are unfamiliar with CP&F please see the following link:
Section six: Complementary information
six.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
six.2) 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.dcocontracts.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: FQ94UAJ422.
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 (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2021115-DCB-17649381
six.3) Information on general regulatory framework
Relevant governmental Internet sites where information can be obtained
Tax legislation
Environmental protection legislation
https://www.gov.uk/government/publications/jsp-418-mod-corporate-environmental-protection-manual
Employment protection and working conditions
- https://www.ilo.org/global/topics/working-conditions/lang--en/index.htm