Open
Requirement Management Tool
Descriptions
Requirements management is a fundamental part of the MOD Acquisition System Operating Model providing the unbroken, top-down linkage of requirements from Defence policy to Defence Lines of Development outputs, that provides the direction for investment plans and ensures that the capabilities generated are coherent and consistent with MOD’s strategic investment. The Authority has a requirement for the provision of an on-premise Commercial Off-the-Shelf (COTS) software to enable the management of requirements across the Ministry of Defence (Requirements Management) as on on-premise solution. The software will be installed locally on DE&S hosted environments. The COTS tool shall allow:•Migration of historical data stored in the current Requirements Management toolset.•Issuing of instructions, receiving notifications and sharing data generated in the Requirements Management COTS software with other Defence Organisations and Industry Partners' Requirements Management tools. •Ability to input, edit, maintain, search and link the database of information. •Providing end to end reporting capability on all requirements management activity.•Ability to view a full audit history for each object within the system. •Ability to create templates of initial requirement sets. Whilst this is a Restricted Competitive procedure with Negotiation, it should be noted that the Authority will only negotiate the Contracting Terms and Conditions which have been provided and will not accept alternative sets of Terms and Conditions. In addition Tenders should note that the mandated route for MoD payments is through CP&F, in line with DEFCON 522 11/17, therefore this is a non-negotiable term of Contract.Duration: The requirement duration is for 3 years plus 1 option year. This option year is subject to additional funding. Estimated Value Excluding VAT: £1,000,000.00 (GBP)Personnel Security: All personnel responsible for providing support to the Authority or with access to the Authority’s data will be required to have a minimum of BPSS (Baseline Personnel Security Standard) security clearance at the time of contract award increasing to SC clearance no later than 6 months from contract award.This is a Restricted Competitive procedure with Negotiation. Following DPQQ down selection successful Tenderer's will be invited to complete an Invitation to Negotiate (ITN) which will include a detailed SOR and a full procurement timetable. Tenders will be evaluated based on the 'Most Economically Advantageous Tender' (MEAT) and follow the below stages: Stage 1- DPQQ Stage 2 - Tenderers complete Initial ITN (Commercial/ Technical / Price)Stage 3 - Initial ITN Evaluation (Commercial/ Technical)Stage 4 - Negotiations Stage 5 - Tenderers complete Best and Final ITN (Commercial/ Technical / Price)Stage 6 - Demonstrations Stage 7 - Complete Best and Final ITN Evaluation (Commercial/ Technical / Price)Stage 8 - Contract AwardSpecific detail regarding these stages will be included within the ITN. A draft version of the contract has been provided as an attachment which will be used as a basis for this contract, however please note that some clauses may change upon official release within the ITN.
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
CPV Codes
72250000 - System and support services
72260000 - Software-related services
Workflows
Status :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
TenderBase ID :
Low Value :
High Value :
Region :
Attachments :
Buyer Information
Address :
Website :
Procurement Contact
Name :
Designation :
Phone :
Email :
Possible Competitors
1 Possible Competitors