Section one: Contracting authority
one.1) Name and addresses
Met Office
Fitzroy Road
Exeter
EX1 3PB
Contact
Mr Aled Evans
Telephone
+44 3301351550
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Department for Business, Energy and Industrial Strategy
1 Victoria Street
London
SW1H 0ET
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=a2c9cf5f-83ca-ea11-8104-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=a2c9cf5f-83ca-ea11-8104-005056b64545
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Met Office Delivery Partnerships Framework
Reference number
DN481606
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework will support the Met Office to award a number of potential future contracts which will include Delivery Partnership relationships of both a tactical (e.g. one-off developments) and strategic (longer term 2 / 3 project and programme requirements) nature. The estimated value of £30 million for this Framework is based on the potential demand and varying length of contracts which the Met Office may seeks to award through it. The potential framework will help transform the Met Office by supporting the following Strategic Actions identified by the MO:
• Developing and nurturing capability partnerships
• Delivering a Common Met Office Data Platform
• Exploiting the future of data sciences
• Taking a common approach to customer data services
The Met Office is therefore establishing a framework with a number of companies who can help with that transformation, both by bringing new skills and knowledge and by bolstering the capacity and capability of existing Met Office teams to deliver required outcomes. This should also include being able to supply additional resource to augment teams if and where further gaps are identified, ensuring up-skilling is provided if required. This does not include contingent labour which the Met Office have separate contractual arrangements in place for.
The Met Office's new strategy requires a significant step change in technology systems, resources and ways of working. This is encapsulated in a number of ‘Strategic Actions’. Several of these actions will be realised via programmes of work with both customer benefit and technology at their heart. The amount of change ahead is large and many of these changes are interrelated and complex, and the Met Office cannot make these changes alone. By extending our capacity and capability, we can move faster and focus on the areas we add real value by leveraging the expertise of partners.
two.1.5) Estimated total value
Value excluding VAT: £30,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Applications Development
Lot No
1
two.2.2) Additional CPV code(s)
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
“The ability to build and deliver customer and business facing applications from well elaborated requirements“
This lot is intended for suppliers who will largely be working with the Met Office, where we will be defining requirements and supervising delivery with the expectation of transferring the capability back to an internal team or other 3rd party support capability.
two.2.5) Award criteria
Quality criterion - Name: quality scenario lot 1 / Weighting: 60%
Quality criterion - Name: social value covid-19 recovery / Weighting: 3%
Quality criterion - Name: social value tacking economic inequality / Weighting: 3%
Quality criterion - Name: social value equal opportunity / Weighting: 4%
Quality criterion - Name: security- monitoring / Weighting: 3%
Quality criterion - Name: security- identity management, authentication and access control / Weighting: 4%
Quality criterion - Name: security- asset management / Weighting: 3%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 30
Objective criteria for choosing the limited number of candidates:
Providers submissions need to have been evaluated as passing the pass/fail criteria and score sufficiently for each lot (i.e. to be one of the top 30 highest scoring providers), in order to be Invited to Tender.
If a bidder’s or bidders evaluated scores are within 1% of the score of the bidder who are in the lowest successful position (e.g. the 30th highest scoring submission for Lot 1), then they will also be added to list of bidders to be Invited to Tender.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Applications Design, Development & Support
Lot No
2
two.2.2) Additional CPV code(s)
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
An overlapping category that distinguishes larger organisations that can deliver and support the end to end discovery and live phases of any capability from outline requirements.
This lot is intended for suppliers who may largely be working with Met Office, where we will expect that supplier to understand an outcome and perform the discovery, lifecycle and retirement activities required to deliver it. The critical differentiator for these suppliers is their ability to provide a hosting and support capability.
two.2.5) Award criteria
Quality criterion - Name: Quality scenario Lot 1 / Weighting: 20%
Quality criterion - Name: Quality scenario Lot 2 Question 1 / Weighting: 20%
Quality criterion - Name: Quality scenario Lot 2 Question 2 / Weighting: 20%
Quality criterion - Name: Social Value- Covid-19 recovery / Weighting: 3%
Quality criterion - Name: Social Value- tackling economic inequality / Weighting: 3%
Quality criterion - Name: Social Value- equal opportunity / Weighting: 4%
Quality criterion - Name: Security- identity management, authentication and access control / Weighting: 4%
Quality criterion - Name: Security- monitoring / Weighting: 3%
Quality criterion - Name: Security- asset management / Weighting: 3%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
Providers submissions need to have been evaluated as passing the pass/fail criteria and score sufficiently for each lot (i.e. to be one of the top 20 highest scoring providers), in order to be Invited to Tender.
If a bidder’s or bidders evaluated scores are within 1% of the score of the bidder who are in the lowest successful position (e.g. the 20th highest scoring submission for Lot 2), then they will also be added to list of bidders to be Invited to Tender.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Hardware Installation, lifecycling and support
Lot No
3
two.2.2) Additional CPV code(s)
- 72700000 - Computer network services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The ability to install and support physical infrastructure such as compute and network capability.
This lot is intended for suppliers who are expected to be able to provide the ability to installation, management, migration and integration of hardware solutions at scale, or in niche contexts.
two.2.5) Award criteria
Quality criterion - Name: Quality Scenario- Lot 3 / Weighting: 60%
Quality criterion - Name: Social Value- Covid-19 recovery / Weighting: 3%
Quality criterion - Name: Social Value- tackling economic inequality / Weighting: 3%
Quality criterion - Name: Social Value- equal opportunity / Weighting: 4%
Quality criterion - Name: Security- identity management, authentication and access control / Weighting: 4%
Quality criterion - Name: Security- monitoring / Weighting: 3%
Quality criterion - Name: Security- asset management / Weighting: 3%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
Providers submissions need to have been evaluated as passing the pass/fail criteria and score sufficiently for each lot (i.e. to be one of the top 20 highest scoring providers), in order to be Invited to Tender.
If a bidder’s or bidders evaluated scores are within 1% of the score of the bidder who are in the lowest successful position (e.g. the 20th highest scoring submission for Lot 3), then they will also be added to list of bidders to be Invited to Tender.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Advice and Expertise
Lot No
4
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 73000000 - Research and development services and related consultancy services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Leadership and consultancy to provide advice to a programme in the form of ongoing expertise, business analysis or project management.
This lot is intended for areas where the Met Office is expected to be able to deliver the outcome, but expertise is needed at a high level to define the desired outcome or the roadmap. These suppliers will also be capable of providing supporting delivery resources, but not necessarily the delivery resources themselves.
two.2.5) Award criteria
Quality criterion - Name: Quality Scenario Lot 4 / Weighting: 60%
Quality criterion - Name: Social Value- covid-19 recovery / Weighting: 3%
Quality criterion - Name: Social Value- tackling economic inequality / Weighting: 3%
Quality criterion - Name: Social Value- equal opportunity / Weighting: 4%
Quality criterion - Name: Security- identity management, authentication and access control / Weighting: 4%
Quality criterion - Name: Security- monitoring / Weighting: 3%
Quality criterion - Name: Security- asset management / Weighting: 3%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 30
Objective criteria for choosing the limited number of candidates:
Providers submissions need to have been evaluated as passing the pass/fail criteria and score sufficiently for each lot (i.e. to be one of the top 30 highest scoring providers), in order to be Invited to Tender.
If a bidder’s or bidders evaluated scores are within 1% of the score of the bidder who are in the lowest successful position (e.g. the 30th highest scoring submission for Lot 4), then they will also be added to list of bidders to be Invited to Tender.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Enterprise Partners
Lot No
5
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Suppliers with capability across all other Lots who have experience in delivering large change programmes and projects.
Large scale suppliers with reach back and out to all delivery, management and support capabilities
Lot 5 is specifically designed to capture the large system integrators and IT service suppliers should a “one stop shop” solution be required, or a significantly large and costly programme of work be best delivered by one party. Therefore Lot 5 providers will be required to demonstrate that they have existing skills, capabilities and pricing across Lots 2, 3 and 4 (as well as those required for Lot 5).
two.2.5) Award criteria
Quality criterion - Name: Quality Scenario Lot 1 / Weighting: 10%
Quality criterion - Name: Quality Scenario Lot 2 Question 1 / Weighting: 10%
Quality criterion - Name: Quality Scenario Lot 2 Question 2 / Weighting: 10%
Quality criterion - Name: Quality Scenario Lot 3 / Weighting: 10%
Quality criterion - Name: Quality Scenario Lot 4 / Weighting: 10%
Quality criterion - Name: Quality Scenario Lot 5 / Weighting: 10%
Quality criterion - Name: Social Value- covid 19 recovery / Weighting: 3%
Quality criterion - Name: Social Value- tackling economic inequality / Weighting: 3%
Quality criterion - Name: Social Value- equal opportunity / Weighting: 4%
Quality criterion - Name: Security- identity management, authentication and access control / Weighting: 4%
Quality criterion - Name: Security- monitoring / Weighting: 3%
Quality criterion - Name: Security- asset management / Weighting: 3%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Your financial risk will be evaluated PASS/FAIL.
What we will do to assess your financial risk
Stage 1
We will use a credit reference agency (Dun & Bradstreet) to obtain a financial risk indicator score (D&B Failure Score) for you and any members of your consortium or any nominated guarantor(s).
If the financial risk indicator score is at levels 1(Minimal Risk), 2 (Lower than average risk) or 3 (Greater than average risk) , or there is an equivalent international score, you will receive a Pass for this question.
Stage 2
If the financial risk indicators score is at Level 4 (High risk) or no financial risk score is available then we will ask for copies of your financial statements, audited if applicable, for the two most recent years.
If there are no financial statements available, we will ask for other information including:
● a statement of turnover, profit and loss account/income statement, balance sheet/statement of financial position and statement of cash flow for the most recent period of trading
● forecast financial statements and cash for the current year and a bank letter outlining the current cash and credit position and/or
● an alternative means of demonstrating financial status
If the information we ask for is not provided you will Fail this question and your bid may be rejected.
Stage 3
We will then use the information provided at stage 2 above to assess the level of financial risk using our financial risk assessment template, File 3 - Framework Financial Analysis. If the level of financial risk is unacceptable, you will Fail this question.
If the level of risk is acceptable with mitigating actions, and you have not already nominated a guarantor, we will ask you to name a guarantor who will provide a Letter of Intent to sign a deed of guarantee for call off contracts awarded through this agreement if requested by the buyer. Our published guidance to buyers on the use of the agreement will indicate the need for a guarantee.
The Letter of Intent to Guarantee is required to be on the letterhead of the guarantor and to be in the form set out in Appendix D to Commercial Terms Summary, Annex 2. A copy of the required wording for the Letter of Intent to Guarantee is also provided within the 'information and declaration' workbook File 4. In addition to the Letter of Intent to Guarantee, a Certified copy of the extract of the board minutes and/or resolution of the Guarantor approving the intention to enter into a Letter of Intent to Guarantee is required to be provided.
If you have nominated a guarantor and your nominated guarantor’s level of financial risk is unacceptable, you will Fail this question and your bid may be excluded.
Stage 4
If you name a guarantor, stages 1, 2 and 3 above will be repeated on the guarantor. If you cannot provide a guarantor whose level of financial risk is acceptable, or you cannot provide a guarantor, you will Fail this question and your bid may be excluded.
If any member of a group or a consortium has a level of financial risk which is unacceptable, and you cannot provide a guarantor whose level of financial risk is acceptable, then you will Fail this question and the consortium bid may be excluded.
Minimum level(s) of standards possibly required
You must have, or agree to get before the framework contract start date, the following levels of insurance cover:
● Employer’s (Compulsory) Liability Insurance* = £5,000,000
● Public Liability Insurance = £5,000,000
● Professional Indemnity Insurance = £5,000,000
● Product Liability Insurance = £5,000,000
*It is a legal requirement that all companies hold Employer’s (Compulsory) Liability Insurance of £5 million as a minimum. Please note this requirement is not applicable to sole traders.
You will be required to provide evidence of the above certificates prior to the framework commencement date.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The selection criteria as stated in the selection stage documentation.
Minimum level(s) of standards possibly required
Grounds for Mandatory Exclusion
Grounds for Discretionary Exclusion
Modern Slavery Act
Cyber Essentials Plus and Security questions
Skills and Apprentices
Evidence of Contract Examples
Prompt Payment of Subcontractors
Acceptance of HM Government Supplier Code of Conduct
Equality, Diversity & Inclusion
Lot 1 Section 1 Skills
Lot 1 Section 2 Organisational Capabilities
Lot 2 Section 1 Skills
Lot 2 Section 2 Organisational Capabilities
Lot 3 Section 1 Skills
Lot 3 Section 2 Organisational Capabilities
Lot 4 Section 1 Skills
Lot 4 Section 2 Organisational Capabilities
Lot 5 Section 1 Skills
Lot 5 Section 2 Organisational Capabilities
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 55
In the case of framework agreements, provide justification for any duration exceeding 4 years:
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 141-348184
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 March 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 March 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Met Office
Exeter
Country
United Kingdom