By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

ASSERT Technical Support, Hosting and Development.

Contract notice

Services

Directive 2009/81/EC

Section I: Contracting authority/entity

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

Ministry of Defence, ISTAR, Director Technical
DESTECH-COMRCL-CP1, Elm 1.c, #4130, MOD Abbey Wood
Contact point(s): DESTECH-COMRCL-Grad3
For the attention of: Miss Victoria Jones
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067935865
E-mail: [email protected]

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)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Defence
I.4)Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
ASSERT Technical Support, Hosting and Development.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 13: Computer and related services

NUTS code UKK1

II.1.3)Information on framework agreement
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 3

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

Estimated value excluding VAT:
Range: between 869 716 and 4 500 000 GBP
II.1.5)Short description of the contract or purchase(s):
Software support services. The Authority has a requirement for integrated Hosting, Technical Support and Development of the ASSERT tool, for 3 years with Options for a further 2 years.
ASSERT is a web-based safety   environmental performance reporting tool. ASSERT was initially provided for the Defence Equipment   Support (DE S) Air Support, Combat Air, Helicopters   Ships Operating Centres (OCs). It is now used in all DE S OCs.
The ASSERT tool is endorsed by the DE S Quality Safety   Environmental Protection team (QSEP) for reporting safety data across DE S. This includes the ASEMS, OHSE, SQEP   OC specific safety reporting plus the Incident Logging functions. ASSERT is also used by the DSEA for its SEFIT database, the Diving Records database   the Fuel   Gas Regulator. It is also being developed as a workforce planning tool.
The QSEP team provides ASSERT which is used to support safety   risk management reporting for the DE S user community, including contractors supporting DE S projects. It also provides the ability to produce critical, non-sensitive evidence to support OC equipment safety case requirements. No data contained within it raises the classification above Official Sensitive-Personal.
Project Teams (PTs) require both technical support   guidance. Additionally QSEP require expert technical support when visiting OCs   holding Steering Groups. This ensures;
a. Effective gathering of user requirements.
b. Development of corporate safety   environmental products that meet business needs   satisfy our customers.
c. Tools comply with safety   environmental legislation   policy.
d. The experts are able to recognise opportunities as well as constraints.
e. Identify workable solutions to suggested improvements   thus gain us valuable credibility with our customers
Technical Support includes: providing a facility for creating   disseminating user accounts, being the first POC for capturing, collating   reporting user login difficulties, error messages   faults (including software faults). Resolution of issues affecting or impacting usability of the tool, or providing a suitable alternative workaround. Collecting   recording user generated change requests to be passed on to the relevant Steering Groups for assessment.
Integrated Hosting of the ASSERT tool to allow access for both MOD   industry partners through the RLI network.
ASSERT is in development. Over the next three to five years there may up to £3m spent on further enhancements to the tool. Because of the nature of technical support   error management the requirement for Hosting   Support also includes provision for development. An ad hoc tasking facility will cover individual developments. There is no commitment to spend the full amount or any part of it.
Development includes provision of business analysis to define user requirements   translate them into functional requirements working closely with the OCs, PTs   QSEP to manage the requirements, provision of an acceptable technical solution   firm price for the development   project managing the development through to User Acceptance   sign off of the delivered functionality.
Other required activities will include providing user manuals   training materials   executing training at DE S locations in the UK as well as providing the secretariat for Steering   User Groups, hosted regularly throughout the year.
The successful provider will have technical competence in the architecture, the ability to provide support from Level 1 (initial contact) through to engineering and detailed functional knowledge.
The successful provider will be competent to develop multiple projects of 200 plus person days simultaneously with typical end to end delivery of 3 months or less using agile (such as SCRUM) or other rapid application methodologies. The successful provider will be certified to the quality/security processes such as ISO 9001   ISO 27001 (or equivalent).
The successful provider will have a competent working knowledge of Acquisition Systems, Environmental Protection   Occupational Safety in order to interact with a complex user base of Safety   Environmental Experts.
All provider staff interacting with ASSERT must have UK MOD Security Clearance at SC level or above.
II.1.6)Common procurement vocabulary (CPV)

72261000

II.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
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Authority has a requirement for integrated Hosting, Technical Support and Development of the ASSERT tool, for 3 years with Options for a further 2 years.
II.2.2)Information about options
Options: yes
Description of these options: The Authority has a requirement for integrated Hosting, Technical Support and Development of the ASSERT tool, for 3 years with Options for a further 2 years.
Provisional timetable for recourse to these options:
in months: 28 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 5
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Authority reserves the right to ask for an indemnity, guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be made annually in arrears for core work and on completion of individual tasking work, to the satisfaction of the Authority's Project Manager, using P2P.
III.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.
III.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 contract will have a Security Aspects Letter but it is not anticipated that the security classification of the work will be above OFFICIAL-SENSITIVE-PERSONAL. The supplier will be required to have Facility Security Clearance to SC level.
As with any enduring Service contract requirement, TUPE issues may arise. If so, any such information will be notified at the appropriate time.
The Authority reserves the right to amend any condition related to the 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.
III.1.5)Information about security clearance:
Candidates which do not yet hold security clearance may obtain such clearance until: 30.9.2015
III.2)Conditions for participation
III.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 Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also 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 the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

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 Article 39(1) 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 Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
The Authority will require a declaration of good standing through the Dynamic Pre-Qualification Questionnaire.
III.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: (a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
The Authority will require 2 years of audited accounts or equivalent information. This will be sought through the Dynamic Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: The Authority will request these through the Dynamic Pre-Qualification Questionnaire.
III.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:
(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability
(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided
(d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator
(e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property
(f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator's study and research facilities and quality control measures
(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract
(i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous three years
(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract
(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority
(n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification
(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i)
The Authority will request these through the Dynamic Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required
The Authority will request these through the Dynamic Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.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 IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3 and maximum number 6
Objective criteria for choosing the limited number of candidates: Use of Dynamic Pre-Qualification Questionnaire and mandatory exclusion questions.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DTEC/074
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.7.2015 - 23:55
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Every 3 or 5 years (subject to Options).
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:

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, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.

From 2 April 2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.

https://www.gov.uk/government/publications/government-security-classifications

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 instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions 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.

Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk

Electronic Trading - Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence's standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for performance of this Contract. You can find details on the P2P system at www.d2btrade.com The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of the Electronic Business Delivery Form); and DEFCON 522J (Payment Under P2P).

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

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 password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 9CSUBVP28U.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ #146;s) or the User Guides or contact the MOD DCO Helpdesk by emailing [email protected] or Telephone +44 800282324.

GO Reference: GO-201571-DCB-6742728.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.7.2015

Other interesting websites