
Market Leads & Opportunities
UK-Bristol: Inventory management software development services.
Type of document: Contract Notice
Country: United Kingdom
UK-Bristol: Inventory management software development services.
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, Abbey Wood
Bristol, United Kingdom
Tel. +44 3067980567, Email: annabel.llewellyn110@mod.gov.uk
Contact: Annabel Llewellyn
Main Address: www.contracts.mod.uk
NUTS Code: UKK1
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Applications must be sent to: As Above
I.2)Type of the contracting authority and main activity or activities:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entity:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Support Chain Analysis Tool
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKM81 – East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond UKK1 – Gloucestershire, Wiltshire and Bristol/Bath area UKJ31 – Portsmouth
II.1.3)Framework agreements: Not Provided
II.1.5)Short description of the contract or purchase:
Inventory management software development services. The Authority has a requirement for a software tool to improve support across the submarine enterprise. There are two aspects to the requirement.
1. A performance management reporting tool (or “dashboard”) which will amalgamate data from multiple sources to track and display supply chain performance, allowing the identification of areas which require investigation into root causes of supply chain failures.
2. A planning and forecasting application which will enable the Authority to forecast inventory requirements and costs, initially for the support of submarines. The tool should allow dynamic analysis, interrogation and monitoring of submarine support data both historical and forecast relating to actual and planned support activities.
The tool must be intuitive to use and flexible enough to enable ad hoc enquiries and analytics as required to support senior-level decision making.
The requirement is for the supply and ongoing technical support of the tool, including training, maintenance and (if required by the Authority) development of capability. The tool would be required to be accredited for hosting and operation on MoD’s networked IT system (MoDNET) and to draw data from the Authority’s existing systems.
A more detailed specification will be issued to companies selected to participate in the competition.
Subject to additional approvals, there may be a requirement to expand use of the successful product across other areas of the Authority beyond the submarine enterprise.
The successful contractor would be required to hold the following qualifications and accreditations at contract award and for the duration of the contract:
ISO 9001:2015 – scope to include software development
Cyber Essentials
This procurement will be conducted as a Negotiated Procedure in accordance with the provisions of Regulation 18 of the Defence and Security Public Contracts Regulations (DSPCR) 2011. Subject to the number of companies invited to tender and the number of responses received the Authority may conduct the procurement in successive stages with selection against the award criteria specified in the invitation, in accordance with paragraph (24) of DSPCR 2011 Regulation 18. Tenderers may be required to demonstrate proposed tools as a part of the negotiation phase.
Any contract awarded as a result of this procurement will be on the basis of satisfaction of the requirement and best overall value for Defence.
II.1.6)Common Procurement Vocabulary:
72212430 – Inventory management software development services.
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)Division into lots: No
II.1.9)Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope (including all lots, renewals and options):
The requirement is for the supply and ongoing technical support of the tool, including training, maintenance and (if required by the Authority) development of capability. There maybe opportunity in the future to roll out the tool to other areas in the MOD, so there is the potential for options or extensions to the contract.
Estimated value excluding VAT:
Range between: 1 and 1,000,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Renewals: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 120 (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:
A bank guarantee may be required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made in accordance with agreed payment terms following Delivery and Acceptance of the goods via the Authority’s Contracting, Purchasing & Finance (CP&F) tool
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 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, 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: Not Provided
III.2)Conditions For Participation
III.2.1)Economic and financial capacity:
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers.
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 these criteria are at
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.
Information and formalities necessary for evaluating if the requirements are met:
This information will be sought through evaluation of responses to the attached Dynamic Pre-Qualification Questionnaire (DPQQ)
III.2.2) Economic and financial standing:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
(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 three 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.
Information and formalities necessary for evaluating if the requirements are met:
This information will be sought through evaluation of responses to the attached Dynamic Pre-Qualification Questionnaire (DPQQ)
Minimum level(s) of standards possibly required: (if applicable)
The estimated annual contract value is £400,000. If the estimated annual contract value is greater than 40% of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, for example such evidence may include:
(1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) stating whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier’s financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.
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:
This information will be sought through evaluation of responses to the attached Dynamic Pre-Qualification Questionnaire (DPQQ).
III.2.4) Information about reserved contracts: Not Provided
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
Objective Criteria for choosing the limited number of candidates:
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 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. Note there is a password reminder link on the homepage.
Suppliers must log in, go to the Response Manager and add the following Access Code: 3N68G3262F. ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 09/09/2019 12:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or call 0800 282 324.
Interested suppliers are required to complete the Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the supplier’s capacity and capability against the selection criteria.
The Authority will use the DPQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum economic, financial, professional and technical standards; and
(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.
Further details of the method for choosing the tenderers is set out in the DPQQ
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: 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)An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: PEDT/0001
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 05/09/2019 Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 09/09/2019
Time: 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)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.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. The link below to the Gov.uk website provides information on the Government Security Classification.
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 Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at
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
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: 3N68G3262F.
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 (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, Abbey Wood
Bristol, United Kingdom
Tel. +44 3067980567, Email: annabel.llewellyn110@mod.gov.uk
Body responsible for mediation procedures:
Ministry of Defence, Abbey Wood
Bristol, United Kingdom
Tel. +44 3067980567, Email: annabel.llewellyn110@mod.gov.uk
VI.4.2)Procedures for appeal: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Abbey Wood
Bristol, United Kingdom
Tel. +44 3067980567, Email: annabel.llewellyn110@mod.gov.uk
VI.5) Date Of Dispatch Of This Notice: 09/08/2019
ANNEX A
More Opportunties
- United Kingdom-Winchester: Framework for the Supply and Installation of Residential Furniture
22 May 25
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Supply of Residential Furniture such as bedroom furniture ( i.e chest of drawers, wardrobes, bedside tables, dr> > - United Kingdom-Oldbury: Technology Hardware
22 May 25
Sandwell Metropolitan Borough Council (the Council) is a unitary, metropolitan authority located in the West Midlands. SMBC is made of 6 towns (West Bromwich, Oldbury, Tipton, Wednesbury, Smethwick, Rowley Regis). SMBC employs over 4500 people, employees> > - United Kingdom-Richmond: Lexis + Subscription
22 May 25
12-month subscription to 'Lexis+' legislation service.> >