Notice Information
Notice Title
Digital and IT Professional Services (DIPS) Framework
Notice Description
Recruitment services. Technical services. Services furnished by professional organisations. Technical services. Services furnished by professional organisations. Recruitment services. The United Kingdom Ministry of Defence intends to place a contract for the Digital and IT Professional Services (DIPS) Framework, previously referred to as the Flexible Delivery Partner Framework covering delivery enabling Professional Service requirements for up to four years. The new framework being advertised under the Defence and Security Public Contract Regulations 2011 as a Multi-Lot Framework that will utilise several selected suppliers against a wide range of capability and experience. The MoD will define but not be constrained to the capability areas that will be established across the Lots. It is anticipated that between 3 - 7 suppliers per Lot may be successful across 6 Lots. For the first 2 years the Ministry of Defence will manage the Framework, and after the 2nd year anniversary the management of the framework will transition to Crown Commercial Services for the remainder of the term (although for the avoidance of doubt the Ministry of Defence will remain the Contracting Authority entitled to use the Framework). Quantity or scope: The new framework will be a multi-lot framework organised around capability and skills across the full IT Spectrum. The services will be divided into six lots, as shown below. Each lot will consist of circa three to seven providers, and a provider can be successful in multiple lots. * Lot 1 - Solution, Enterprise and Technical Architecture, Data, Innovation, Technical Assurance, and, Knowledge & Information Management * Lot 2 - Dev, Apps, UX, Dev Ops, Sys Design & App Support * Lot 3 - Cyber Security, Crypto, Sec Ops & Integrated Systems * Lot 4 - Infrastructure Data Centre, Hardware Engineers & Telecoms * Lot 5 - Project, Portfolio & Programme Management (P3M) * Lot 6 - Intelligence Solutions
Lot Information
Solution, Enterprise, and Technical Architecture, Data, Innovation, Technical Assurance and, Knowledge & Information Management
Enterprise architecture is the practice of analysing, designing, planning and implementing enterprise analysis to successfully execute on MOD business strategies. Enterprise Architecture helps MOD businesses structure IT projects and policies to achieve the desired outcomes of customers. Knowledge and Information Management Ensures organisations have the policies, training, expertise and systems to manage their information and records in line with business need, legal and regulatory requirements and the information lifecycle. This includes understanding the flows and storage of information within and outside of an organisation from creation through to advising on destruction or permanent retention as a public record. This supports organisational activities by helping individuals to value, and appropriately apply, insights from organisational information. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.
Dev, Apps, UX, Dev Ops, Sys Design & App SupportThis lot includes the development and support of the requirements of customers such as applications, software and the application of systems theory to MOD product development. Some of the roles expected to be sourced within this lot are: Software Developers, Microsoft Database Designers, Data Engineers, CRM Technical Specialists, Users Experience Designers, Solution Architects, Java DevOps Engineers and Microsoft DevOps Engineers. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.
Cyber Security, Crypto, Sec Ops & Integrated SystemsThe maintenance, support or design of secure system architecture, MOD cryptographic systems, the security for MOD systems or services and the interactions between MOD subsystems. This lot also includes the testing and evaluation of the technical and nontechnical security features of MOD IT systems. Some of the roles that will be provided within this lot are: Security Architects, System Pen Testers, Security Systems Engineers, Security Assurance Accreditors and Ethical Hackers. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.
Infrastructure Data Centre, Hardware Engineers & TelecomsAdvice on the modelling of strategic level activity for infrastructure data centre and on the design, provision and management of telecommunication infrastructure. This lot also includes engineers to study existing MOD models and structures in order to detect flaws and inconsistencies as well as pinpoint areas of improvement. Some of the roles expected to be sourced within this lot are: Infrastructure Engineers, Network Architects, Network Engineers, Storage Management STMG, Facilities Management DCMA and Incident Management USUP. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.
Project, Portfolio & Programme Management (P3M)This lot aims to ensure the efficient and effective utilisation of Portfolio, Programme and Project Management (P3M) resources within the MOD. The Function is responsible for PM policy and process as well as the deployment of P3M resource. Within the MOD, Portfolio, Programme and Project Managers are accountable for the delivery of outcomes. Some of the roles that will be provided within this lot are: Scrum Masters, Business Analysts, Project Managers, Programme Leads, Reporting and MI Designers, Data Analysts and Data Scientists. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.
Intelligence SolutionsThe provision of system engineering, architecture and acquisition skills related to complex CIS delivery. This lot also includes knowledge of the C4ISR domain and technical knowledge of the SGB and enables effective and efficient direction, collation, processing and dissemination of Secret and Above Secret Intelligence. Some of the roles expected to be sourced within this lot are: Security Architects, System Pen Testers, Security Systems Engineers, Ethical Hackers and Security Assurance Coordinators. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02a7a6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008245-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
- CPV Codes
71356000 - Technical services
79600000 - Recruitment services
98112000 - Services furnished by professional organisations
Notice Value(s)
- Tender Value
- £1,200,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Apr 20214 years ago
- Submission Deadline
- 26 May 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE, INFORMATION SYSTEMS AND SERVICES, ISS COMMERCIAL SOURCING TEAM
- Contact Name
- Claire Hussey
- Contact Email
- isscomrcl-cct-dips-mailbox@mod.uk
- Contact Phone
- +44 3067700828
Buyer Location
- Locality
- CORSHAM
- Postcode
- SN13 9NR
- Post Town
- Swindon
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK7 Gloucestershire and Wiltshire
- Small Region (ITL 3)
- TLK72 Wiltshire
- Delivery Location
- TLK South West (England)
-
- Local Authority
- Wiltshire
- Electoral Ward
- Corsham Ladbrook
- Westminster Constituency
- Chippenham
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02a7a6-2021-04-19T16:25:04+01:00",
"date": "2021-04-19T16:25:04+01:00",
"ocid": "ocds-h6vhtk-02a7a6",
"description": "Suppliers will be requested to sign a Non Disclosure Agreement (NDA) prior to gaining access to the Pre-Qualification Questionnaire (PQQ) on the AWARD portal (Please Note - All parties who wish to bid within the supply chain will be required to sign the NDA), the link to which can be found here: https://award.bravosolution.co.uk/fdpf/web/project/102/register Suppliers already registered, Please use the \"Open Registrations\" tab to sign up to gain access to the PQQ documents in the AWARD Access Data Room project. It is not necessary to create another login. Only register with one (1) account per supplier, each supplier can have five (5) user logins per supplier account. Prior Information Notice (PIN) published on Find a Tender - Publication reference: 2021/S 000-000899 dated 15 January 2021. 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: https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system. \"At Section 11 of the PQQ the Authority requires potential suppliers to identify any potential distortions of competition and/or conflicts of interest and to propose measures to eliminate or mitigate them including, without limitation, putting in place ethical walls agreements. The Authority reserves the right to eliminate from the competition any potential supplier who cannot demonstrate to the satisfaction of the Authority that such distortions or conflicts will be eliminated or mitigated.\" Cyber Risk Level for PQQ: Very Low 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.Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD. GO Reference: GO-2021419-DCB-18104235",
"initiationType": "tender",
"tender": {
"id": "DIPS/001",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Digital and IT Professional Services (DIPS) Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71356000",
"description": "Technical services"
},
{
"scheme": "CPV",
"id": "98112000",
"description": "Services furnished by professional organisations"
},
{
"scheme": "TED_SERVICE_CATEGORY_DEFENCE",
"id": "24",
"description": "Personnel placement and supply services"
}
],
"mainProcurementCategory": "services",
"description": "Recruitment services. Technical services. Services furnished by professional organisations. Technical services. Services furnished by professional organisations. Recruitment services. The United Kingdom Ministry of Defence intends to place a contract for the Digital and IT Professional Services (DIPS) Framework, previously referred to as the Flexible Delivery Partner Framework covering delivery enabling Professional Service requirements for up to four years. The new framework being advertised under the Defence and Security Public Contract Regulations 2011 as a Multi-Lot Framework that will utilise several selected suppliers against a wide range of capability and experience. The MoD will define but not be constrained to the capability areas that will be established across the Lots. It is anticipated that between 3 - 7 suppliers per Lot may be successful across 6 Lots. For the first 2 years the Ministry of Defence will manage the Framework, and after the 2nd year anniversary the management of the framework will transition to Crown Commercial Services for the remainder of the term (although for the avoidance of doubt the Ministry of Defence will remain the Contracting Authority entitled to use the Framework). Quantity or scope: The new framework will be a multi-lot framework organised around capability and skills across the full IT Spectrum. The services will be divided into six lots, as shown below. Each lot will consist of circa three to seven providers, and a provider can be successful in multiple lots. * Lot 1 - Solution, Enterprise and Technical Architecture, Data, Innovation, Technical Assurance, and, Knowledge & Information Management * Lot 2 - Dev, Apps, UX, Dev Ops, Sys Design & App Support * Lot 3 - Cyber Security, Crypto, Sec Ops & Integrated Systems * Lot 4 - Infrastructure Data Centre, Hardware Engineers & Telecoms * Lot 5 - Project, Portfolio & Programme Management (P3M) * Lot 6 - Intelligence Solutions",
"value": {
"amount": 1200000000,
"currency": "GBP"
},
"hasOptions": false,
"hasRenewal": false,
"lots": [
{
"id": "1",
"title": "Solution, Enterprise, and Technical Architecture, Data, Innovation, Technical Assurance and, Knowledge & Information Management",
"description": "Enterprise architecture is the practice of analysing, designing, planning and implementing enterprise analysis to successfully execute on MOD business strategies. Enterprise Architecture helps MOD businesses structure IT projects and policies to achieve the desired outcomes of customers. Knowledge and Information Management Ensures organisations have the policies, training, expertise and systems to manage their information and records in line with business need, legal and regulatory requirements and the information lifecycle. This includes understanding the flows and storage of information within and outside of an organisation from creation through to advising on destruction or permanent retention as a public record. This supports organisational activities by helping individuals to value, and appropriately apply, insights from organisational information. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD."
},
{
"id": "2",
"title": "Dev, Apps, UX, Dev Ops, Sys Design & App Support",
"description": "This lot includes the development and support of the requirements of customers such as applications, software and the application of systems theory to MOD product development. Some of the roles expected to be sourced within this lot are: Software Developers, Microsoft Database Designers, Data Engineers, CRM Technical Specialists, Users Experience Designers, Solution Architects, Java DevOps Engineers and Microsoft DevOps Engineers. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD."
},
{
"id": "3",
"title": "Cyber Security, Crypto, Sec Ops & Integrated Systems",
"description": "The maintenance, support or design of secure system architecture, MOD cryptographic systems, the security for MOD systems or services and the interactions between MOD subsystems. This lot also includes the testing and evaluation of the technical and nontechnical security features of MOD IT systems. Some of the roles that will be provided within this lot are: Security Architects, System Pen Testers, Security Systems Engineers, Security Assurance Accreditors and Ethical Hackers. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD."
},
{
"id": "4",
"title": "Infrastructure Data Centre, Hardware Engineers & Telecoms",
"description": "Advice on the modelling of strategic level activity for infrastructure data centre and on the design, provision and management of telecommunication infrastructure. This lot also includes engineers to study existing MOD models and structures in order to detect flaws and inconsistencies as well as pinpoint areas of improvement. Some of the roles expected to be sourced within this lot are: Infrastructure Engineers, Network Architects, Network Engineers, Storage Management STMG, Facilities Management DCMA and Incident Management USUP. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD."
},
{
"id": "5",
"title": "Project, Portfolio & Programme Management (P3M)",
"description": "This lot aims to ensure the efficient and effective utilisation of Portfolio, Programme and Project Management (P3M) resources within the MOD. The Function is responsible for PM policy and process as well as the deployment of P3M resource. Within the MOD, Portfolio, Programme and Project Managers are accountable for the delivery of outcomes. Some of the roles that will be provided within this lot are: Scrum Masters, Business Analysts, Project Managers, Programme Leads, Reporting and MI Designers, Data Analysts and Data Scientists. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD."
},
{
"id": "6",
"title": "Intelligence Solutions",
"description": "The provision of system engineering, architecture and acquisition skills related to complex CIS delivery. This lot also includes knowledge of the C4ISR domain and technical knowledge of the SGB and enables effective and efficient direction, collation, processing and dissemination of Secret and Above Secret Intelligence. Some of the roles expected to be sourced within this lot are: Security Architects, System Pen Testers, Security Systems Engineers, Ethical Hackers and Security Assurance Coordinators. Further detilas of the types of roles will be available in the Lot Definition Document which is issued as part of the Pre-Qualification Questionnaire (PQQ) via AWARD."
}
],
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKK"
}
],
"deliveryLocation": {
"description": "SOUTH WEST (ENGLAND)"
}
},
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "71356000",
"description": "Technical services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
{
"scheme": "CPV",
"id": "98112000",
"description": "Services furnished by professional organisations"
}
],
"relatedLot": "1"
},
{
"id": "2",
"classification": {
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71356000",
"description": "Technical services"
},
{
"scheme": "CPV",
"id": "98112000",
"description": "Services furnished by professional organisations"
}
],
"relatedLot": "2"
},
{
"id": "3",
"classification": {
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71356000",
"description": "Technical services"
},
{
"scheme": "CPV",
"id": "98112000",
"description": "Services furnished by professional organisations"
}
],
"relatedLot": "3"
},
{
"id": "4",
"classification": {
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71356000",
"description": "Technical services"
},
{
"scheme": "CPV",
"id": "98112000",
"description": "Services furnished by professional organisations"
}
],
"relatedLot": "4"
},
{
"id": "5",
"classification": {
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71356000",
"description": "Technical services"
},
{
"scheme": "CPV",
"id": "98112000",
"description": "Services furnished by professional organisations"
}
],
"relatedLot": "5"
},
{
"id": "6",
"classification": {
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71356000",
"description": "Technical services"
},
{
"scheme": "CPV",
"id": "98112000",
"description": "Services furnished by professional organisations"
}
],
"relatedLot": "6"
}
],
"subcontracting": {
"description": "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. The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in part 7 of the DSPCR 2011."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"depositsGuarantees": "Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.",
"languages": [
"en"
]
},
"submissionMethod": [
"written"
],
"submissionMethodDetails": "Ministry of Defence, Spur B2, Building 405, MOD Corsham, Corsham, Sn13 9NR, United Kingdom. ISSComrcl-CCT-DIPS-Mailbox@mod.uk, tel: +44 3067700828",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The Authority will apply all the offences listed in Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 and all of the professional misconducts listed 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 [DCO link for BiP to insert]. 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 Regulation 23(1) of the DSPCR 2011 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 Regulation 32(2) of the DSPCR 2011 may be excluded from being selected to bid at the discretion of the Authority. Please refer to the DIPS Pre Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.",
"appliesTo": [
"supplier"
]
},
{
"type": "suitability",
"description": "Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "economic",
"description": "(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. Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.",
"minimum": "Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Please refer to the DIPS Pre Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.",
"minimum": "Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "technical",
"description": "(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 (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 (h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that 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) Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) , which will be available via AWARD.",
"minimum": "Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) , which will be available via AWARD.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) , which will be available via AWARD.",
"minimum": "Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) , which will be available via AWARD.",
"appliesTo": [
"subcontractor"
]
}
],
"description": "Limitations shown are on a per Lot basis, down selection will take place follow the PQQ process to decide who progresses through to the ITT stage."
},
"contractTerms": {
"otherTerms": "Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD. 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. \"Some aspects of the contractual delivery may be exempt from the application of the DSPCR 2011 on the grounds of national security pursuant to regulations 6(3A) and 7(1)(a) or the DSPCR 2011. The procurement documents for call-off agreements let pursuant to this Framework Agreement will specify if this is the case. Further, the Authority may require bidders to sub-contract any sensitive work to an appropriate organisation to avoid excluded organisations based on geography or security accreditation status and/or to put in place appropriate firewalls to protect such information.\"",
"financialTerms": "Please refer to the DIPS Pre-Qualification Questionnaire (PQQ) Stage 1 section C, which will be available via AWARD.",
"tendererLegalForm": "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 the contract."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted",
"secondStage": {
"minimumCandidates": 3
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"period": {
"durationInDays": 1460
},
"value": {
"amount": 1200000000,
"currency": "GBP"
}
}
},
"tenderPeriod": {
"endDate": "2021-05-26T17:00:00+01:00"
},
"hasRecurrence": false,
"milestones": [
{
"id": "1",
"type": "securityClearanceDeadline",
"dueDate": "2022-03-31"
}
]
},
"parties": [
{
"id": "GB-FTS-13025",
"name": "Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team",
"identifier": {
"legalName": "Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team"
},
"address": {
"streetAddress": "Spur B2, Building 405, MOD Corsham, Westwells Road",
"locality": "Corsham",
"postalCode": "SN13 9NR",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Claire Hussey",
"telephone": "+44 3067700828",
"email": "ISSComrcl-CCT-DIPS-Mailbox@mod.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/ministry-of-defence",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-6332",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Spur B2, Building 405, MOD Corsham, Westwells Road",
"locality": "Corsham",
"postalCode": "SN13 9NR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3067700828",
"email": "ISSComrcl-CCT-DIPS-Mailbox@mod.uk"
},
"roles": [
"specificationsContactPoint"
]
},
{
"id": "GB-FTS-13026",
"name": "Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team",
"identifier": {
"legalName": "Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team"
},
"address": {
"locality": "Corsham",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3067700828",
"email": "ISSComrcl-CCT-DIPS-Mailbox@mod.uk"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-13025",
"name": "Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team"
},
"language": "en"
}