Opportunity

Digital and IT Professional Services (DIPS) Framework

  • Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team

F17: Contract notice for contracts in the field of defence and security

Notice reference: 2021/S 000-008245

Published 19 April 2021, 4:25pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team

Spur B2, Building 405, MOD Corsham, Westwells Road

Corsham

SN13 9NR

Contact

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

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

Ministry of Defence

Spur B2, Building 405, MOD Corsham, Westwells Road

Corsham

SN13 9NR

Email(s)

ISSComrcl-CCT-DIPS-Mailbox@mod.uk

Telephone

+44 3067700828

Country

United Kingdom

Tenders or requests to participate must be sent to

Ministry of Defence

Spur B2, Building 405, MOD Corsham

Corsham

Sn13 9NR

Email(s)

ISSComrcl-CCT-DIPS-Mailbox@mod.uk

Telephone

+44 3067700828

Country

United Kingdom

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 is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Digital and IT Professional Services (DIPS) Framework

two.1.2) Type of contract and location of works, place of delivery or of performance

Services

Service category No 24: Personnel placement and supply services

Main site or location of works, place of delivery or of performance

SOUTH WEST (ENGLAND)

NUTS code

  • UKK - South West (England)

two.1.3) Information on framework agreement

The notice involves the establishment of a framework agreement

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:

£1,200,000,000

two.1.5) Short description of the contract or purchase(s)

Recruitment services. Technical services. Services furnished by professional organisations. Technical services. Services furnished by professional organisations. Recruitment services. The United Kingdom Ministry of Defence intends to place a contract for the Digital and IT Professional Services (DIPS) Framework, previously referred to as the Flexible Delivery Partner Framework covering delivery enabling Professional Service requirements for up to four years.

The new framework being 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.

For the first 2 years the Ministry of Defence will manage the Framework, and after the 2nd year anniversary the management of the framework will transition to Crown Commercial Services for the remainder of the term (although for the avoidance of doubt the Ministry of Defence will remain the Contracting Authority entitled to use the Framework).

two.1.6) Common procurement vocabulary (CPV)

  • 79600000 - Recruitment services

Additional CPV code(s)

  • 71356000 - Technical services
  • 98112000 - Services furnished by professional organisations

two.1.7) Information about subcontracting

The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed

The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract

The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts

two.1.8) Lots

This contract is divided into lots: Yes

Tenders may be submitted for one or more lots

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

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 and Technical Architecture, Data, Innovation, Technical Assurance, and, 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

Estimated value excluding VAT:

£1,200,000,000

two.2.2) Information about options

Options: No

two.2.3) Information about renewals

This contract is subject to renewal: No

Information about lots

Lot No

1

Lot title

Solution, Enterprise, and Technical Architecture, Data, Innovation, Technical Assurance and, Knowledge & Information Management

1) Short description

Enterprise architecture is the practice of analysing, designing, planning and implementing enterprise analysis to successfully execute on MOD business strategies. Enterprise Architecture helps MOD businesses structure IT projects and policies to achieve the desired outcomes of customers.

Knowledge and Information Management Ensures organisations have the policies, training, expertise and systems to manage their information and records in line with business need, legal and regulatory requirements and the information lifecycle. This includes understanding the flows and storage of information within and outside of an organisation from creation through to advising on destruction or permanent retention as a public record. This supports organisational activities by helping individuals to value, and appropriately apply, insights from organisational information.

Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.

2) Common procurement vocabulary (CPV)

  • 71356000 - Technical services

CPV additional

  • 79600000 - Recruitment services
  • 98112000 - Services furnished by professional organisations

Lot No

2

Lot title

Dev, Apps, UX, Dev Ops, Sys Design & App Support

1) Short description

This lot includes the development and support of the requirements of customers such as applications, software and the application of systems theory to MOD product development.

Some of the roles expected to be sourced within this lot are: Software Developers, Microsoft Database Designers, Data Engineers, CRM Technical Specialists, Users Experience Designers, Solution Architects, Java DevOps Engineers and Microsoft DevOps Engineers.

Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.

2) Common procurement vocabulary (CPV)

  • 79600000 - Recruitment services

CPV additional

  • 71356000 - Technical services
  • 98112000 - Services furnished by professional organisations

Lot No

3

Lot title

Cyber Security, Crypto, Sec Ops & Integrated Systems

1) Short description

The maintenance, support or design of secure system architecture, MOD cryptographic systems, the security for MOD systems or services and the interactions between MOD subsystems. This lot also includes the testing and evaluation of the technical and nontechnical security features of MOD IT systems.

Some of the roles that will be provided within this lot are: Security Architects, System Pen Testers, Security Systems Engineers, Security Assurance Accreditors and Ethical Hackers.

Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.

2) Common procurement vocabulary (CPV)

  • 79600000 - Recruitment services

CPV additional

  • 71356000 - Technical services
  • 98112000 - Services furnished by professional organisations

Lot No

4

Lot title

Infrastructure Data Centre, Hardware Engineers & Telecoms

1) Short description

Advice on the modelling of strategic level activity for infrastructure data centre and on the design, provision and management of telecommunication infrastructure. This lot also includes engineers to study existing MOD models and structures in order to detect flaws and inconsistencies as well as pinpoint areas of improvement.

Some of the roles expected to be sourced within this lot are: Infrastructure Engineers, Network Architects, Network Engineers, Storage Management STMG, Facilities Management DCMA and Incident Management USUP.

Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.

2) Common procurement vocabulary (CPV)

  • 79600000 - Recruitment services

CPV additional

  • 71356000 - Technical services
  • 98112000 - Services furnished by professional organisations

Lot No

5

Lot title

Project, Portfolio & Programme Management (P3M)

1) Short description

This lot aims to ensure the efficient and effective utilisation of Portfolio, Programme and Project Management (P3M) resources within the MOD. The Function is responsible for PM policy and process as well as the deployment of P3M resource. Within the MOD, Portfolio, Programme and Project Managers are accountable for the delivery of outcomes.

Some of the roles that will be provided within this lot are: Scrum Masters, Business Analysts, Project Managers, Programme Leads, Reporting and MI Designers, Data Analysts and Data Scientists.

Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.

2) Common procurement vocabulary (CPV)

  • 79600000 - Recruitment services

CPV additional

  • 71356000 - Technical services
  • 98112000 - Services furnished by professional organisations

Lot No

6

Lot title

Intelligence Solutions

1) Short description

The provision of system engineering, architecture and acquisition skills related to complex CIS delivery. This lot also includes knowledge of the C4ISR domain and technical knowledge of the SGB and enables effective and efficient direction, collation, processing and dissemination of Secret and Above Secret Intelligence.

Some of the roles expected to be sourced within this lot are: Security Architects, System Pen Testers, Security Systems Engineers, Ethical Hackers and Security Assurance Coordinators.

Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.

2) Common procurement vocabulary (CPV)

  • 79600000 - Recruitment services

CPV additional

  • 71356000 - Technical services
  • 98112000 - Services furnished by professional organisations

Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.

three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering the contract.

three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD. 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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.

“Some aspects of the contractual delivery may be exempt from the application of the DSPCR 2011 on the grounds of national security pursuant to regulations 6(3A) and 7(1)(a) or the DSPCR 2011. The procurement documents for call-off agreements let pursuant to this Framework Agreement will specify if this is the case. Further, the Authority may require bidders to sub-contract any sensitive work to an appropriate organisation to avoid excluded organisations based on geography or security accreditation status and/or to put in place appropriate firewalls to protect such information.” 

three.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 31 March 2022

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 and all of the professional misconducts listed Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of these criteria are at [DCO link for BiP to insert].

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Regulation 23(1) of the DSPCR 2011 are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Regulation 32(2) of the DSPCR 2011 may be excluded from being selected to bid at the discretion of the Authority.

Please refer to the DIPS Pre Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:

Minimum level(s) of standards possibly required: Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.

Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Please refer to the DIPS Pre Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.

Minimum level(s) of standards possibly required: Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:

Minimum level(s) of standards possibly required: Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) , which will be available via AWARD.

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met: Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) , which will be available via AWARD.

Minimum level(s) of standards possibly required: Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) , which will be available via AWARD.

three.3) Conditions specific to services contracts

three.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: No

three.3.2) Staff responsible for the execution of the service

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged minimum number

Objective criteria for choosing the limited number of candidates: Limitations shown are on a per Lot basis, down selection will take place follow the PQQ process to decide who progresses through to the ITT stage.

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

DIPS/001

four.3.2) Previous publication(s) concerning the same contract

no

four.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Payable documents: no

four.3.4) Time limit for receipt of tenders or requests to participate

26 May 2021 - 5:00pm

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: No

six.3) Additional information

Suppliers will be requested to sign a Non Disclosure Agreement (NDA) prior to gaining access to the Pre-Qualification Questionnaire (PQQ) on the AWARD portal (Please Note - All parties who wish to bid within the supply chain will be required to sign the NDA), the link to which can be found here: https://award.bravosolution.co.uk/fdpf/web/project/102/register

Suppliers already registered, Please use the “Open Registrations” tab to sign up to gain access to the PQQ documents in the AWARD Access Data Room project. It is not necessary to create another login.

Only register with one (1) account per supplier, each supplier can have five (5) user logins per supplier account.

Prior Information Notice (PIN) published on Find a Tender - Publication reference: 2021/S 000-000899 dated 15 January 2021.

Electronic Trading

Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at: https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.

“At Section 11 of the PQQ the Authority requires potential suppliers to identify any potential distortions of competition and/or conflicts of interest and to propose measures to eliminate or mitigate them including, without limitation, putting in place ethical walls agreements. The Authority reserves the right to eliminate from the competition any potential supplier who cannot demonstrate to the satisfaction of the Authority that such distortions or conflicts will be eliminated or mitigated.”

Cyber Risk Level for PQQ: Very Low

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.Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD. GO Reference: GO-2021419-DCB-18104235

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team

Corsham

Email(s)

ISSComrcl-CCT-DIPS-Mailbox@mod.uk

Telephone

+44 3067700828

Country

United Kingdom

six.4.1) Body responsible for mediation procedures

Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team

Corsham

Email(s)

ISSComrcl-CCT-DIPS-Mailbox@mod.uk

Telephone

+44 3067700828

Country

United Kingdom

six.4.3) Service from which information about the lodging of appeals may be obtained

Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team

Corsham

Email(s)

ISSComrcl-CCT-DIPS-Mailbox@mod.uk

Telephone

+44 3067700828

Country

United Kingdom