Opportunity

CP&F Supplier Hub

  • Ministry of Defence

F02: Contract notice

Notice reference: 2021/S 000-022996

Published 15 September 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Spur B2, Bldg 405, MOD Corsham,

Corsham

SN13 9NR

Email

jennifer.stanley113@mod.gov.uk

Country

United Kingdom

NUTS code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-defence

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=51507

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=51507

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

CP&F Supplier Hub

Reference number

701553393

two.1.2) Main CPV code

  • 64216100 - Electronic message services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority has a potential requirement to procure a replacement contract for the current Contract, Purchasing and Finance (CP&F) Supplier Hub which is an integral part of the existing CP&F system successfully implemented in November 2016. This service provides the cloud-based interface between the Ministry of Defence (MoD) and its supplier base for supply chain management collaboration, enterprise collaboration and risk management solutions. It provides a supplier user front end to enable them to manage purchase orders and generate and transmit, outbound to CP&F, messages and transactions relating to Advance Shipping Notices, receipts and invoices. These messages and transactions route back by the service into the MoD’s CP&F system. It also provides an integration pass-through to facilitate exchange of messages between CP&F and suppliers. Following an appropriate level of matching within CP&F the supplier is then paid via BACS.

two.1.5) Estimated total value

Value excluding VAT: £5,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of

two.2.4) Description of the procurement

Scope

Defence acquisition activities are worth in excess of £21Bn per annum and can be generated in multiple currencies including but not limited to GBP, EUR and USD, along with the appropriate level of Value Added Tax (VAT).

The following indicative volumetric is provided:

“March +25% /+50%”: this refers to an increase that happens in March every year which directly correlates to year end for many suppliers.

Suppliers 5,883

Open contracts approx 11,000

Incoming messages for supplier hub:

Purchase Order/month avg 15,000 March +25%

Purchase Order Change/month avg 1,000 March +25%

Outgoing messages for supplier hub

Invoice/month avg 40,000 March +50%

Advance Shipping Notice / month avg 4,000 March +25%

Confirmation Body /month avg 16,000 March +25%

PO acknowledgement /month avg 15,000 March +25%

These levels may be subject to increase over time with additional transactions and suppliers and an indication of scalability in percentages should be articulated in the response. Interoperability with current MoD systems will need to be maintained for the solution proposed. Compatibility with Oracle R12 MoD System is mandatory. The Advanced Shipping Notice is an essential feature that enables CP&F to automatically advise the MoD’s supply chain systems of receipts due in to the three Service’s warehouses.

Any replacement must take over from the existing Supplier Hub service with minimal disruption and continue to deliver a seamless service between MoD and their suppliers. The replacement must be capable of configuring a range of existing messaging services, potential changes including updates and the creation of new messaging to align with the CP&F interface. Any solution would need to meet MoD security and accreditation requirements.

Customer Service

As part of this procurement, the Authority requires a support model including but not limited to the following:

a. a helpdesk/incident resolution provisions*

b. An Incident Response Matrix detailing proposed response times against the severity level, for queries raised by both MOD and Suppliers

c. System availability

d. Supplier charging model (For information)

e. Supplier Onboarding. Onboarding shall include the onboarding of new suppliers as well as the reconnection of existing dormant suppliers

* Provide a help desk to all users of the system and this shall be available during normal business hours weekly unless otherwise agreed with the Authority;

The successful candidate should also provide customer service to Suppliers as well as the Authority in order to provide a successful interface with both parties.

Data Migration

There is a requirement to migrate the existing suppliers from the current supplier hub to the new supplier hub. There is a need to migrate all MOD Suppliers to the new service.

The requirement should be to include:

a) Delivery of any configuration changes to the Oracle Ebus solution (e.g. connectivity to the new supplier hub).

b) Migrating all outstanding orders and related transactional data from the existing service

Successful candidates should have experience in mapping data from source to destinations systems to ensure quality, accuracy and security is maintained and evidence of dealing with migrating high volumes of live data.

two.2.5) Award criteria

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

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

Duration in months

30

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in PQQ

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

12 months + 12 months

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.2.14) Additional information

The information and/or documents for this opportunity are available on http://www.contracts.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 forgotten username/password link on the homepage.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

18 October 2021

Local time

12:00pm

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: Yes

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

Defence Digital

Spur B2, Bldg 405, MOD Corsham,

Corsham

SN13 9NR

Country

United Kingdom