Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
Abbey Wood, Filton
Bristol
BS34 8JH
For the attention of
Towell Sue
Email(s)
Country
United Kingdom
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
The above-mentioned contact point(s)
Tenders or requests to participate must be sent to
The above-mentioned contact point(s)
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
UK NCB NATO CODIFICATION 710780452
two.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 3: Defence services, military defence services and civil defence services
Main site or location of works, place of delivery or of performance
United Kingdom
NUTS code
- UK - United Kingdom
two.1.5) Short description of the contract or purchase(s)
Defence Equipment and Support (DE&S) part of the Ministry of Defence (MOD) requires a suitable contract to provide codification services to defence via the UK National Codification Bureau (UKNCB) to be in place prior to March 25. Cyber Risk profile is Low RAR – 240328A04
two.1.6) Common procurement vocabulary (CPV)
- 75221000 - Military defence services
Additional CPV code(s)
- 32552430 - Coding equipment
two.1.8) Lots
This contract is divided into lots: No
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
NATO Codification is the internationally agreed system under which military equipment and component parts, are uniformly named, described, and classified within electronic records. These electronic records are created and currently stored in the Codification Support Information System database. Each Item of Supply record is assigned a unique NATO Stock Number (NSN). The system provides a single supply language to promote logistics interoperability between participating nations. The UK National Codification Bureau (UK NCB) based at Kentigern House in Glasgow is the Sole Authority in the UK responsible for implementation and management of the UK’s participation in the overall NATO codification system. It is also responsible for oversight and management of the Codification contract, ensuring that the capability is in place to meet all Codification needs for the Ministry of Defence (MOD). The Codification Contractor is crucial in supporting and maintaining the UK MOD operational efficiency through streamlined and accurate NATO Codification efforts. UKNCB aims to sustain and enhance the efficiency and reliability of the MOD codification needs, ensuring seamless integration and cooperation within the broader NATO framework. The Provider is to collaborate closely with UKNCB to ensure all Codification activities are in line with established codification policies and procedures. All potential bidders should be advised, as part of tender evaluation you will be assessed on your capability to codify by means of an assessment process.
The Codification Provider must Implement and maintain a Management System, certified by a third-party Certification Body, which has been accredited by the United Kingdom Accreditation Service (UKAS), or a signatory to the International Accreditation Forum – Multi Lateral Agreement (IAF-MLA). This shall include the production and maintenance of a Quality Manual, a copy of which shall be supplied to the Authority. The Management system is to be certified to ISO 9001:2015. The ISO 9001 management system is to be supplemented by the requirements of Allied Quality Assurance Publication AQAP 2110 – NATO QA Requirements for Design Development and Production.
Duration of the contract is 24 months with option to extend via 2 x 12 months.
Estimated value £8,000,000 to £10,000,000
Estimated value excluding VAT:
£10,000,000
two.2.2) Information about options
Options: Yes
Description of these options: Option years include 2 x 12 months
two.2.3) Information about renewals
This contract is subject to renewal: No
two.3) Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.1) Deposits and guarantees required
The Authority reserves the right to request a Parent Company Guarantee.
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment will be monthly subject to performance of the service
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 into 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
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 (SAL), the Authority reserves the right to amend the terms of the SAL 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.
Industry currently undertake the services, so therefore TUPE obligations are a possibility.
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: Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content.
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
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: See Pre-qualification questionnaire
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: See Pre-qualification questionnaire
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 number of operators: 4
four.3) Administrative information
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
8 October 2024 - 12:00pm
four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
14 October 2024
four.3.6) Language(s) in which tenders or requests to participate may be drawn up
English
Section six: Complementary information
six.3) Additional information
The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.