Tender

UK NCB NATO CODIFICATION 710780452

  • Ministry of Defence

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

Notice identifier: 2024/S 000-028580

Procurement identifier (OCID): ocds-h6vhtk-0498b7

Published 6 September 2024, 11:33am



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)

sue.towell569@mod.gov.uk

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.