Opportunity

Provision of DTEP Industry Panel Support

  • Ministry of Defence

F02: Contract notice

Notice reference: 2023/S 000-002639

Published 27 January 2023, 2:37pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Gloucester

Email

Elizabeth.Harding784@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.contracts.mod.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.contracts.mod.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of DTEP Industry Panel Support

Reference number

706016450

two.1.2) Main CPV code

  • 79342200 - Promotional services

two.1.3) Type of contract

Services

two.1.4) Short description

The Defence Technology Exploitation Programme (DTEP) is an initiative designed to support small and medium-sized enterprises (SMEs) across the UK to develop innovative materials, technologies and processes, and to enhance Defence supply chains. MOD requires a provider to coordinate DTEP industry project review panels.

two.1.5) Estimated total value

Value excluding VAT: £120,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Defence Technology Exploitation Programme (DTEP) is an initiative designed to support small and medium-sized enterprises (SMEs) across the UK to develop innovative materials, technologies and processes, and to enhance Defence supply chains. MOD requires a provider to coordinate DTEP industry project review panels. These UK wide industry project review panels will provide SMEs with proposal development guidance, detailed feedback to the applicants to enable them to refine and strengthen their applications prior to submission, as well as potential routes to market for commercialising these collaborative projects. The Supplier shall be responsible for the management and implementation of these industry project review panels. The panels will provide industry input/perspectives to the MOD Assessor Panel who will select projects to be supported by DTEP.

The Supplier will be required to develop and maintain a pool of industry panel members. The panels should be comprised of experts from industry, who should be volunteers from relevant UK organisations and will give their time to support the Programme. Panel members are expected to be senior employees of MOD’s Prime or Tier 1 defence suppliers, able to speak with authority to the MOD Enduring Capability Challenges and DTEP Technical Areas.

The Supplier will be required to schedule and arrange Project Review Panel(s) (PRP), there will be two types of PRPs that will occur at the ‘Review’ and ‘Pitch’ stages of the DTEP Delivery Process. The ‘Review’ PRP will review and provide early feedback on the DTEP Outline Project Proposals. The ‘Review’ PRP will be delivered virtually. The ‘Pitch’ PRP will provide applicants with the opportunity to present their project proposal to the industry panel (in a ‘dragon’s den style’ pitch) and receive further feedback. The ‘Pitch’ PRP will be delivered face to face, offered at a range of locations across the UK, although a hybrid option should be made available as required.

The Supplier will be required to attend relevant DTEP Programme Board meetings.

The Supplier shall promote DTEP to appropriate SMEs to support in identifying potential applicants and projects. Proposed promotional activities to eligible suppliers will be assessed as part of tender response.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £120,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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: Yes

Description of options

The contract will be for 24 months with an option to extend this by a further 12 months to 36 months (2+1).

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Suitability to pursue the professional activity

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

1 March 2023

Local time

10:00am

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)

four.2.7) Conditions for opening of tenders

Date

1 March 2023

Local time

10:00am

Place

Electronic


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.3) Additional information

All documents associated with this procurement can be accessed free of charge on the Defence Sourcing Portal (DSP) https://contracts.mod.uk using Project number 706016450-1. Details of how to register on the DSP can be found at https://contracts.mod.uk/web/user-guide.html. Suppliers wishing to Tender for this requirement should submit their Tender on the DSP in accordance with the instructions contained within Invitation to Tender documentation.

Suppliers should also complete the Suitability Assessment Questions (SAQ) which is contained in the Qualification Envelope of project 706016450-1 on the DSP. These questions contain all the mandatory economic and financial grounds for rejection and the minimum levels of capacity and capability that are required to perform the contract. The SAQ is a pass/fail test for suitability and minimum levels of capability and capacity and suppliers who do not meet these minimum capability and capacity criteria will not pass to the Tender evaluation stage. Any tender Clarification Questions should be submitted through the DSP. Suppliers who wish to submit a tender should complete all questions and submit their tender documents via the DSP in accordance with the instructions in the DEFFORM 47 – ITT documents.

It is a condition of contract that MOD suppliers trade electronically via the MODs CP&F tool and Exostar.

six.4) Procedures for review

six.4.1) Review body

Commercial Business Partner 4

Innsworth House, Imjin Bks, Innsworth

Gloucester

GL3 1HW

Country

United Kingdom