Software programming and consultancy services. Statement:
This notice is run in parallel to the PIN published in the OJEU and MOD Contracts Bulletin (dispatched on 30.9.2013).
Potential Bidders should note that the term VERITAS mentioned herein is the name given to the bespoke software application developed for MOD and has no connection to the company or products of Veritas Software Corporation or its associates.
Requirement
1. General.
UK MOD is seeking on behalf of Army HQ to expand the optimisation of the delivery of Logistic Support and Equipment through the implementation of coherent demand planning, supported by improved management processes and information support via a Programme called the Global Equipment Manager (GEM). Development of Programme GEM must be based on the existing VERITAS application that sits in the Army Data Warehouse, managed by the Army Information Systems Branch and will be accessed via the Defence IT system (DII). The outcome of Programme GEM will enable Army HQ staff to provide cost understanding to inform activity planning and enable informed decisions to be taken on the cost-effective provision of logistic and equipment support. The expansion required herein, is for a Management Information Solution consisting of 5 modules to be on contract by quarter 2 of 2014 with the selected bidder developing and delivering the modules including for continuous support for a minimum of 1 year thereafter. There will also be Options for support beyond year 1 for a minimum of a further 3 years.
2. Programme Modules. The GEM Programme is planned to consist of 5 modules and will need to be supported by appropriate written guides, hand books, meetings and system demonstration, training as well as corporate display capability. The modules are intended to cover all Land Equipments and Joint enablers. These are summarised as follows:
a. Module 1 - VERITAS Stage 2. The VERITAS Stage 1 application, currently being rolled out, has the capability to hold in-service cost data for all equipments and commodities. VERITAS Stage 2 will increase the number of cost factors addressed in the tool based on continued application development which includes additional data processing, storage and reporting capabilities. VERITAS Stage 2 will need to cover:
(1) Additional Commodity Costs.
(2) Storage, Distribution and Balance Sheet Costs.
(3) Transactional Costs.
(4) Contingency Costs.
(5) Operational Costs.
(6) New Programme costs.
b. Module 2 - End to End Demand Planning Improvement. Army HQ is responsible for its inventory holdings, including the balance sheet value of inventory. In meeting its inventory requirements efficiently it needs to understand its holdings from Warehouse to Front Line and to establish and optimise processes for forecasting. The primary outputs of this Module will be a set of processes that improves the management of inventory across the Army, supported by a tool set that provides timely and accurate information to support decision making. It consists of 3 elements which are:
(1) Automated Analysis.
(2) Improved Forecast of Demand.
(3) Improved Management Processes.
b. Module 3 - Fleet Management Optimisation. The purpose of this module is to develop the Fleet Management Pilot for use within and between Army HQ and the Defence Support Group. The module includes 2 elements; both of which are integral to the success of Programme GEM and are based on a pilot project which has been created as a demonstrator application:
(1) Development of the pilot tool which is based on Endeca software and incorporate it into VERITAS.
(2) Process Implementation and Information Support.
d. Module 4 - Performance Management. Army HQ manages in-year delivery of logistic outputs based on inputs from various MOD forums. The requirement is for coherent performance oversight and a need for intelligently aggregated and consistent data. The provision of performance data within this Module will also help prepare Army HQ for a more commercial interface with the future DE&S. The Module consists of 4 elements:
(1) Performance Management Metrics development.
(2) Information Analysis Requirement.
(3) Application Development and Presentation.
(4) Information Management Support.
e. Module 5 - DRACAS Information Exploitation. Data Recording and Corrective Action System (DRACAS) is part of the Whole Fleet Management Programme. The team is responsible for the identification of engineering and process issues that drives cost on equipments and platforms. VERITAS will enable DRACAS to use costed maintenance schedules in their work. The aim of this module is a tool set that enables targeted exploitation of cost and inventory data to deliver and track equipment reliability benefits. The three activities considered key to this module are:
(1) Information Requirements Capture & Analysis.
(2) Design Enhancement to VERITAS.
(3) Technical Support.
Selection Criteria
5. Any potential supplier, who believes he has the capability to undertake this software intensive activity and manage the Programme over the period stated, should submit an Expression of Interest (EofI) to the issuing branch stated by 7th November 2013. Selection to receive a tender will be based on an assessment of the degree of technical competence, proven performance, capacity and quality assurance as provided in the EofI (see below).
a. Preference will be given to those that have a quality management accreditation to ISO 9001-2008 (or acceptable equivalent, such as Tick It & AS9100)) with the appropriate scope, that has been awarded by a UKAS accredited body.
b. Companies must have a proven record working with and understanding IT systems and configuration control of software, preferably within MOD, and in particular:
(1) Defence Information Infrastructure
(2) Army Information System Branch
(3) Army Data Warehouse system
(4) Oracle & Endeca systems
c. Potential Providers are to note that the majority of the work will need to undertaken on MOD site, primarily at Andover in Hampshire (UK); therefore they should have the staff and capacity to work away from the company office.
d. It is recognised that meeting all the software requirements may be challenging and MOD may need to compromise in some areas or even withdraw some or part of the modules. However, preference will be given to Potential Providers who are able to provide the complete package of activities stated above. It is envisaged that a maximum of 6 Tenders will be invited. This notice is issued subject to the Restricted Procedure under EU Public Contract Regulations 2006.
6. In the EofI, the following information shall be provided (Potential Bidders need only submit one EofI response once to either the PIN or CN):
a. A brief Company background in the management of MIS programmes; including details of previous business of this type, especially dealing with the military or other government organisations/agencies (Not to exceed 2 sides of A4).
b. A Statement of QA accreditation with accompanying scope along with a copy of the accreditation Certificate(s), including any major sub-contractor that will undertake any activities;
c. Information to demonstrate or illustrate the solution(s) applicability to the requirement, stating whether you are able to meet the modules in totality or part of the advertised requirement, including any preparation and associated limits together with relevant commercial literature (Not to exceed 4 sides of A4 ex pictures).
d. Provide evidence of resource capacity/company size that will enable the allocation of a dedicated team to deliver the Programme.
7. Failure to provide the required information, make a satisfactory response to any question, or supply documentation referred to in responses, within the required timescale, may mean that a Potential Provider is not invited to participate further. In the event that none of the responses are deemed satisfactory, MOD reserves the right to terminate the procurement and where appropriate re-advertise the procurement.
8. Potential Providers must be explicit and comprehensive in their responses to the Advert as it is not intended to issue a Pre-Qualification Questionnaire. Consequently this will be the single source of information on which responses will be assessed. Potential Providers are advised not to make any assumptions about their past or current supplier relationships with MOD (Army HQ) nor assume that prior business relationships will be taken into account in the evaluation procedure.
9. MOD expressly reserves the right to require a Potential Provider to provide additional information supplementing or clarifying any of the information provided in response to the EofI. MOD may seek independent financial and market advice to validate information declared or to assist evaluation. MOD reserves the right to exclude Potential Providers from the competition based on this advice.