
Market Leads & Opportunities
United Kingdom-Bristol: Provision of Total Support for CNC Machine Tool Software
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 237-586871/EN)
Nature of contract: Supply contract
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Postal address: Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Email: DESASAC-ComrclContact@mod.gov.uk
Internet address(es):
Main address:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.contracts.mod.uk
another address:Official name: Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Postal address: Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 1179132548
Email: DESASAC-ComrclContact@mod.gov.uk
Internet address(es):
Main address:
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Total Support for CNC Machine Tool Software
Reference number: 700008123
II.1.2) Main CPV code: 48321000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Air Commodities Delivery Team (ACDT), part of the Ministry of Defence (hereafter referred to as the Authority) has an enduring requirement to maintain provision of CAD/CAM software, associated hardware and related training for the fixed machine tools within its aviation workshops.
II.1.5) Estimated total value:
Value excluding VAT: 1500000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
43800000, 48321000, 80500000
II.2.3) Place of performance
Nuts code: UKK11
Main site or place of performance:Bristol, City of.
II.2.4) Description of the procurement:
The Airfield Support Teams within the Ministry of Defence hereafter referred to as the Authority has a requirement for the continue provision and support to CNC machine tool software.
The contract is to consists of 4 core areas A1 Supply of New Software Licences, A2 annual subscription and maintenance of existing software licences, A3 supply of hardware, A4 Training.
A1 and 2
The contractor is to provide new licences for AutoDESK Fusion 360 with FeatureCAM, AutoDESK PowerSHAPE, AutoDESK Fusion 360 with FeatureCAM Educational, which is to include installation, test, registration and 12 months maintenance and support warranty. These subscriptions will be required to be renewed annually for a number of licensee locations. The contractor is also to provide firm costs for renewing the annual subscription and providing 12 months maintenance and support warranty for software licences on AutoDESK Educational/Standard/Premium at a number of UK sites. Maintenance and support includes provision of support through telephone, email and site visits. In addition to the above, support will include the contractor undertaking on-site visits to several sites when required following authorisation.
A3
The contractor will also provide an ad-hoc supply of IT hardware as required by the Authority. This will include but not be limited to; desktop and laptop PC’s, monitors, keyboards, mice, external hard drives, network routers, network/ communication cables, protective laptop cases, flashcard readers ad USB pen drives.
A4
Training will be required on the use of this software on-site at a several UK locations. All training delivered is to be fully compliant with the requirements of ISO 9001:2015. Post completion of training, the contractor will supply students with certification of completion of the covered topics.
The contract will be for a duration of five (5) years, with the option to extend, in 2 increments (3 + 2 years) up to a maximum of ten (10) years.
Organisations interested in this requirement should complete the DPQQ linked to this advertisement no later than 13.00 on 13 January 2021. 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: 56FA2F228G. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 13.00 on 13 January 2021. 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.
In line with the MoD cyber protection policy and Def Stan 05-138 this project has been deemed as ‘Low Risk’. Reference Number: RAR-4TCBBF4W. Further information on Def Stan 05-138 and the Defence Cyber Protection Partnership (DCPP) can be found via As part of the ITN process all Tenderers will be required to complete a supplier assurance questionnaire (SAQ) to demonstrate the appropriate level of compliance. Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 1500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewalyes Description of renewals:Renewal upon contract expiry.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 2 option periods for extended the duration of the contract.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Competitive procedure with negotiation
IV.1.4) Information about the 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
IV.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
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-01-13 Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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 Go reference: GO-2020121-DCB-17444803
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Town: Bristol
Country: United Kingdom
VI.5) Date of dispatch of this notice:2020-12-01
More Opportunties
- 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.> > - 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> >