UK-Corsham: software package and information systems

Sourced By: http://www.theconstructionindex.co.uk/

UK-Corsham: software package and information systems

Directive 2004/18/EC

Section I: Contracting authority

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

For the attention of: E-mail: Application Services Team (AST), DE&SSpur D2, Building 405, MoD Corsham Mrs Shelley Knight SN13 9NRCorsham UNITED KINGDOM desappssvcs-comrclc2@mod.uk 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

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:

Provision of Logistic Modelling Tools.

II.1.2) Type of contract and location of works, place of delivery or of performance

Services Service category No 27: Other services NUTS code

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves a public contract

II.1.4) Information on framework agreement

II.1.5) Short description of the contract or purchase(s)

Software package and information systems. Software support services. Technical support services. Expressions of interest are requested for a 3 year contract (with a possible option to extend annually for up to a further 2 years) for Licensing and Technical Support for Complex Modelling Software Tools utilised by Support Chain Management Supply Chain Optimisation (SCM SCO) Analysis. The Analysis team within SCO provide a Logistics Resource Modelling service to Project Teams (PTs) and Front Line Commands (FLCs). This functionality must provide the PTs and FLCs with an optimised spares solution that not only meets their requirement but also ensures the MoD gains a Value for Money support solution. SCO utilise a number of sophisticated tools to ensure that a Logistics Modelling capability can be provided to PTS in a timely fashion. These tools comprise; Spares Modelling, Simulations and Whole Life Cost.

II.1.6) Common procurement vocabulary (CPV)

48000000 Software package and information systems 72261000 Software support services 71356300 Technical support services

II.1.7) Information about Government Procurement Agreement (GPA)

II.1.8) Lots

II.1.9) Information about variants

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

Software Requirements for Spares Modelling, Simulation and Whole Life Cost should be able to deliver the following outputs: a. Generate optimum spares allocations/assortments; b. Generate optimal repair location; c. Select cost-effective solution; d. A complete C/E curve; e. Life support cost (LSC) calculations;f. Can compare different strategies in a simple cost-effective way; g. Apply detailed mission data and study the impact of a dynamic mission profile; h. Apply data for the model extensions such as robbing and study the effects on system availability; I. Run selected stock allocation point; j. Analyse the impact of the time dimension; k. Compare system Measure of Effectiveness (MoE) with requirements; l. comparison of system design alternatives; m. comparison of logistics concepts; n. identification of cost drivers; o. long term planning and budgeting; p. selection among competing contractors; q. decisions about replacement of ageing equipment; r. cost monitoring of active programmes; Only approved software that has passed MOD Validation and Verification as laid down in JSP 886 can be purchased in support of the requirement. The software will be held on virtual servers at Delivery Centre 1 (DC1) in Corsham.

II.2.2) Information about options

Options: yes Description of these options: Possible option to extend annually for up to a further 2 years.

II.2.3) Information about renewals

This contract is subject to renewal: no

II.3) Duration of the contract or time limit for completion

Duration in months: 36 (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:

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

III.1.4) Other particular conditions

III.2) Conditions for participation

III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

III.2.2) Economic and financial ability

III.2.3) Technical capacity

III.2.4) Information about reserved contracts

III.3) Conditions specific to services contracts

III.3.1) Information about a particular profession

III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Restricted

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged minimum number 2: and maximum number 5 Objective criteria for choosing the limited number of candidates: The Authority will conduct a Pre Qualification Questionnaire (PQQ) with those companies that have submitted an expression of interest. Selection of the companies to be invited to tender will depend on the scorings achieved against the PQQ scoring matrix assuming that scoring is above the minimum acceptable level stated in the PQQ.

IV.1.3) Reduction of the number of operators during the negotiation or dialogue

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 will be used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:

ASTC/0015

IV.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

IV.3.4) Time limit for receipt of tenders or requests to participate

10.2.2012

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.

IV.3.7) Minimum time frame during which the tenderer must maintain the tender

IV.3.8) Conditions for opening tenders

Section VI: Complementary information

VI.1) Information about recurrence

VI.2) Information about European Union funds

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.Advertising Regime OJEU: These contract opportunities are published in the Official Journal of the European Union (OJEU) and the MoD Defence Contracts Bulletin. The award of any subsequent contract arising from such requirements is subject to the Public Contract Regulations 2006. Where advertising is necessary in the OJEU and the DCB, the content of the two adverts must be exactly the same. GO Reference: GO-20111220-DCB-2813420.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

Application Services Team (AST), DE&S Body responsible for mediation procedures Application Services Team (AST), DE&S

VI.4.2) Lodging of appeals

VI.4.3) Service from which information about the lodging of appeals may be obtained

Application Services Team (AST), DE&S

VI.5) Date of dispatch of this notice:

20.12.2011

Comments are closed.

Sites