Tender

DSEP Platforms Framework

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2022/S 000-028711

Procurement identifier (OCID): ocds-h6vhtk-03751b

Published 12 October 2022, 2:34pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

MOD Floorplate B2, Building 405

Corsham

SN13 9NR

Email

hannah.boreham100@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

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

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

DSEP Platforms Framework

Reference number

704075450

two.1.2) Main CPV code

  • 72212211 - Platform interconnectivity software development services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority has a developing requirement for a new framework to procure platform and innovation services. The intent of the framework is to provide a choice of Platforms that will meet the requirement of new and emerging use cases seeking to develop modelling and simulation applications.

The Framework shall have an initial duration of 24 Months with an Option to extend for a further 12 Months. All Call Off Contracts may have a maximum duration of 5 Years.

The Framework has an anticipated Contract Award date of June/July 2023.

The competition shall follow the DSPCR 2011 competitive Negotiated procedure and shall consist of 2 LOTS.

Potential bidders are invited to register their interest in receiving an Invitation to Negotiate (ITN) to join the framework by first completing the associated Pre-Qualification Questionnaire.

Suppliers may bid for one or both Lots and all bidders that meet the minimum criteria as outlined in the DPQQ shall be invited to participate in the ITN phase of the competition.

The Authority cannot guarantee any quantity of work being put through the framework, but the framework may have an overall total limit of liability (for both LOTs) of up to a maximum of £100M for the initial 2-year duration. The Authority intends to conduct further mini-competitions where it is obvious that more than one platform could fulfil the use case platform requirement.

The Authority may introduce further LOTS throughout the duration of the Framework.

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Moderate (Reference – RAR-220061707).

two.1.5) Estimated total value

Value excluding VAT: £100,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

LOT 1- A COTS/MOTS supported platform and toolset which will be used by the Authority to develop and deploy modelling and simulation content.

Lot No

1

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A COTS/MOTS supported platform and toolset which will be used by the Authority to develop and deploy modelling and simulation content.

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

24

This contract is subject to renewal

No

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

Envisaged number of candidates: 10

Objective criteria for choosing the limited number of candidates:

A maximum of ten suppliers that meet the minimum technical threshold of XX% shall be invited to the next phase of the competition.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

the Contracted may include a 12 Month extension option

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) Description

two.2.1) Title

As per LOT 1 and has all the capabilities to develop modelling and simulation capabilities for trials, experimentation and product standardisation.

Lot No

2

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A COTS/MOTS supported platform and toolset which will be used by the Authority to develop and deploy modelling and simulation content and has all the capabilities to develop modelling and simulation capabilities for trials, experimentation and product standardisation.

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: £100,000

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

Envisaged number of candidates: 25

Objective criteria for choosing the limited number of candidates:

Note that while there is no down-selection to any specific numbers of bidders at this stage, only companies who can demonstrate relevance to the subject matter of the Lots within the Framework through their previous or existing portfolio of work will pass the PQQ and be considered eligible to receive an Invitation to Negotiate at the next stage of the competition.

Successful bidders at DPQQ shall be invited to complete a written bid assessment. Those successful at this phase shall be deemed successful in meeting the criteria to join the framework

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There may be an option to extend the Contract duration by up 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


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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 20

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

11 November 2022

Local time

10:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 January 2023

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: 6 (from the date stated for receipt of tender)


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.4) Procedures for review

six.4.1) Review body

MOD

Building 405 Floorplate B2

Corsham

Country

United Kingdom