Ausschreibung: Beschaffungsberatung - UK-Huntingdon Beschaffungsberatung Dokument Nr...: 205724-2020 (ID: 2020050409173418828) Veröffentlicht: 04.05.2020 * UK-Huntingdon: Beschaffungsberatung 2020/S 86/2020 205724 Bekanntmachung einer Änderung Änderung eines Vertrags/einer Konzession während der Laufzeit Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber/Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Ministry of Defence, C&C, C&C Postanschrift: UK Strategic Command Commercial, Room A104, ABlock, RAF Wyton, Cambs Ort: Huntingdon NUTS-Code: UKH12 Postleitzahl: PE28 2EA Land: Vereinigtes Königreich E-Mail: [7]DefComrclCC-JFC3All@mod.gov.uk Telefon: +44 1480452451-7236 Internet-Adresse(n): Hauptadresse: [8]https://www.gov.uk/government/organisations/ministry-of-defence Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Joint Electronic Warfare Operational Support Centre Operating Model Main Gate Programme Support Services Referenznummer der Bekanntmachung: 700008797 II.1.2)CPV-Code Hauptteil 79418000 II.1.3)Art des Auftrags Dienstleistungen II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) II.2.3)Erfüllungsort NUTS-Code: UKF3 Hauptort der Ausführung: Lincolnshire. II.2.4)Beschreibung der Beschaffung zum Zeitpunkt des Abschlusses des Vertrags: Capped price contract call-off under Crown Commercial Services Management Consultancy Framework Two RM6008 Lot 2 (Procurement, supply chain and commercial consultancy services). Working closely with the DI Res PB and Efficiency Team, Director JEWOSC, JFC Commercial, internal legal advisers and subject matter experts, the supplier will provide specialist strategic project management services to support a 25-month Assessment phase, to consolidate and build on work completed to initial Gate Business Case and take this forward to delivery of the Main Gate Business Case. II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung, des dynamischen Beschaffungssystems oder der Konzession Laufzeit in Monaten: 25 II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein Abschnitt IV: Verfahren IV.2)Verwaltungsangaben IV.2.1)Bekanntmachung einer Auftragsvergabe in Bezug auf diesen Auftrag Bekanntmachungsnummer im ABl.: [9]2018/S 070-155197 Abschnitt V: Auftragsvergabe/Konzessionsvergabe Auftrags-Nr.: 700008797 Los-Nr.: 2 Bezeichnung des Auftrags: Joint Electronic Warfare Operational Support Centre Operating Model Main Gate Programme Support Services V.2)Auftragsvergabe/Konzessionsvergabe V.2.1)Tag des Abschlusses des Vertrags/der Entscheidung über die Konzessionsvergabe: 03/09/2019 V.2.2)Angaben zu den Angeboten Der Auftrag/Die Konzession wurde an einen Zusammenschluss aus Wirtschaftsteilnehmern vergeben: nein V.2.3)Name und Anschrift des Auftragnehmers/Konzessionärs Offizielle Bezeichnung: Deloitte LLP Postanschrift: 1 New Street Square Ort: London NUTS-Code: UKI5 Postleitzahl: EC4A 3HQ Land: Vereinigtes Königreich E-Mail: [10]brupark@deloitte.co.uk Telefon: +44 2079363000 Der Auftragnehmer/Konzessionär ist ein KMU: nein V.2.4)Angaben zum Wert des Auftrags/Loses/der Konzession (zum Zeitpunkt des Abschlusses des Auftrags;ohne MwSt.) Gesamtwert der Beschaffung: 779 300.00 GBP Abschnitt VI: Weitere Angaben VI.3)Zusätzliche Angaben: 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. [11]https://www.gov.uk/government/publications/government-security-clas sifications Advertising regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and [12]www.contracts.mod.uk Go reference: GO-2020429-DCB-16460271 VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Ministry of Defence, Air Support, C&C Postanschrift: UK Strategic Command Commercial, Room A104, A Block, RAF Wyton, Cambs Ort: Huntingdon Postleitzahl: PE28 2EA Land: Vereinigtes Königreich E-Mail: [13]DefComrclCC-JFC3All@mod.gov.uk Telefon: +44 1480452451-7236 VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt Offizielle Bezeichnung: Ministry of Defence, C&C, C&C Postanschrift: UK Strategic Command Commercial,, A104, A Block, RAF Wyton, Cambs Ort: Huntingdon Postleitzahl: PE28 2EA Land: Vereinigtes Königreich Telefon: +44 1480452451-7236 VI.5)Tag der Absendung dieser Bekanntmachung: 29/04/2020 Abschnitt VII: Änderungen des Vertrags/der Konzession VII.1)Beschreibung der Beschaffung nach den Änderungen VII.1.1)CPV-Code Hauptteil 79418000 VII.1.2)Weitere(r) CPV-Code(s) VII.1.3)Erfüllungsort NUTS-Code: UKF3 Hauptort der Ausführung: Lincolnshire. VII.1.4)Beschreibung der Beschaffung: This is a capped price call-off contract against Crown Commercial Service Management Consultancy Framework Two RM6008 Lot 2. This is for 25 months programme support services to support the assessment phase of a Category B contract. VII.1.5)Laufzeit des Vertrags, der Rahmenvereinbarung, des dynamischen Beschaffungssystems oder der Konzession Laufzeit in Monaten: 25 VII.1.6)Angaben zum Wert des Auftrags/Loses/der Konzession (ohne MwSt.) Gesamtwert des Auftrags/des Loses/der Konzession: 1 168 950.00 GBP VII.1.7)Name und Anschrift des Auftragnehmers/Konzessionärs Offizielle Bezeichnung: Deloitte LLP Postanschrift: 1 New Street Square Ort: London NUTS-Code: UKI5 Postleitzahl: EC4A 3HQ Land: Vereinigtes Königreich E-Mail: [14]brupark@deloitte.co.uk Telefon: +44 2079363000 Der Auftragnehmer/Konzessionär ist ein KMU: nein VII.2)Angaben zu den Änderungen VII.2.1)Beschreibung der Änderungen Art und Umfang der Änderungen (mit Angabe möglicher früherer Vertragsänderungen): A number of emerging programmes of work currently being undertaken by other top level budget areas of defence have increased the complexities and dependencies of the programme; multiple work strands have been impacted and further resource and analysis has been required in order to align the project with the emerging programmes of work affecting the JEWOSC. An amendment was undertaken to three of the existing 35 work strands in the SOR and the capped price limit of the contract was increased. VII.2.2)Gründe für die Änderung Notwendigkeit zusätzlicher Bauarbeiten, Dienstleistungen oder Lieferungen durch den ursprünglichen Auftragnehmer/Konzessionär (Artikel 43 Absatz 1 Buchstabe b der Richtlinie 2014/23/EU, Artikel 72 Absatz 1 Buchstabe b der Richtlinie 2014/24/EU, Artikel 89 Absatz 1 Buchstabe b der Richtlinie 2014/25/EU) Beschreibung der wirtschaftlichen oder technischen Gründe und der Unannehmlichkeiten oder beträchtlichen Zusatzkosten, durch die ein Auftragnehmerwechsel verhindert wird: As multiple work strands are complete, a change of contractor would not be practical for economic, technical and interchangeability reasons, involving substantial inconvenience and duplication of costs and high impact on the Category B Programme that this contract supports. A change in contractor introduces unacceptable risk and delay to the programme, which is to provide an optimised operating model for electronic warfare operational support to meet future Intelligence Mission Data demand. VII.2.3)Preiserhöhung Aktualisierter Gesamtauftragswert vor den Änderungen (unter Berücksichtigung möglicher früherer Vertragsänderungen und Preisanpassungen sowie im Falle der Richtlinie 2014/23/EU der durchschnittlichen Inflation im betreffenden Mitgliedstaat) Wert ohne MwSt.: 779 300.00 GBP Gesamtauftragswert nach den Änderungen Wert ohne MwSt.: 1 168 950.00 GBP References 7. mailto:DefComrclCC-JFC3All@mod.gov.uk?subject=TED 8. https://www.gov.uk/government/organisations/ministry-of-defence 9. https://ted.europa.eu/udl?uri=TED:NOTICE:155197-2018:TEXT:DE:HTML 10. mailto:brupark@deloitte.co.uk?subject=TED 11. https://www.gov.uk/government/publications/government-security-classifications 12. http://www.contracts.mod.uk/ 13. mailto:DefComrclCC-JFC3All@mod.gov.uk?subject=TED 14. mailto:brupark@deloitte.co.uk?subject=TED OT: 04/05/2020 S86 Services - Modification of a contract/concession during its term - Not applicable United Kingdom-Huntingdon: Procurement consultancy services 2020/S 086-205724 Modification notice Modification of a contract/concession during its term Legal Basis: Directive 2014/24/EU Section I: Contracting authority/entity I.1)Name and addresses Official name: Ministry of Defence, C&C, C&C Postal address: UK Strategic Command Commercial, Room A104, ABlock, RAF Wyton, Cambs Town: Huntingdon NUTS code: UKH12 Postal code: PE28 2EA Country: United Kingdom E-mail: [7]DefComrclCC-JFC3All@mod.gov.uk Telephone: +44 1480452451-7236 Internet address(es): Main address: [8]https://www.gov.uk/government/organisations/ministry-of-defence Section II: Object II.1)Scope of the procurement II.1.1)Title: Joint Electronic Warfare Operational Support Centre Operating Model Main Gate Programme Support Services Reference number: 700008797 II.1.2)Main CPV code 79418000 II.1.3)Type of contract Services II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) II.2.3)Place of performance NUTS code: UKF3 Main site or place of performance: Lincolnshire. II.2.4)Description of the procurement at the time of conclusion of the contract: Capped price contract call-off under Crown Commercial Services Management Consultancy Framework Two RM6008 Lot 2 (Procurement, supply chain and commercial consultancy services). Working closely with the DI Res PB and Efficiency Team, Director JEWOSC, JFC Commercial, internal legal advisers and subject matter experts, the supplier will provide specialist strategic project management services to support a 25-month Assessment phase, to consolidate and build on work completed to initial Gate Business Case and take this forward to delivery of the Main Gate Business Case. II.2.7)Duration of the contract, framework agreement, dynamic purchasing system or concession Duration in months: 25 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 IV: Procedure IV.2)Administrative information IV.2.1)Contract award notice concerning this contract Notice number in the OJ S: [9]2018/S 070-155197 Section V: Award of contract/concession Contract No: 700008797 Lot No: 2 Title: Joint Electronic Warfare Operational Support Centre Operating Model Main Gate Programme Support Services V.2)Award of contract/concession V.2.1)Date of conclusion of the contract/concession award decision: 03/09/2019 V.2.2)Information about tenders The contract/concession has been awarded to a group of economic operators: no V.2.3)Name and address of the contractor/concessionaire Official name: Deloitte LLP Postal address: 1 New Street Square Town: London NUTS code: UKI5 Postal code: EC4A 3HQ Country: United Kingdom E-mail: [10]brupark@deloitte.co.uk Telephone: +44 2079363000 The contractor/concessionaire is an SME: no V.2.4)Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT) Total value of the procurement: 779 300.00 GBP Section VI: Complementary information VI.3)Additional 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 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. [11]https://www.gov.uk/government/publications/government-security-clas sifications Advertising regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and [12]www.contracts.mod.uk Go reference: GO-2020429-DCB-16460271 VI.4)Procedures for review VI.4.1)Review body Official name: Ministry of Defence, Air Support, C&C Postal address: UK Strategic Command Commercial, Room A104, A Block, RAF Wyton, Cambs Town: Huntingdon Postal code: PE28 2EA Country: United Kingdom E-mail: [13]DefComrclCC-JFC3All@mod.gov.uk Telephone: +44 1480452451-7236 VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained Official name: Ministry of Defence, C&C, C&C Postal address: UK Strategic Command Commercial,, A104, A Block, RAF Wyton, Cambs Town: Huntingdon Postal code: PE28 2EA Country: United Kingdom Telephone: +44 1480452451-7236 VI.5)Date of dispatch of this notice: 29/04/2020 Section VII: Modifications to the contract/concession VII.1)Description of the procurement after the modifications VII.1.1)Main CPV code 79418000 VII.1.2)Additional CPV code(s) VII.1.3)Place of performance NUTS code: UKF3 Main site or place of performance: Lincolnshire. VII.1.4)Description of the procurement: This is a capped price call-off contract against Crown Commercial Service Management Consultancy Framework Two RM6008 Lot 2. This is for 25 months programme support services to support the assessment phase of a Category B contract. VII.1.5)Duration of the contract, framework agreement, dynamic purchasing system or concession Duration in months: 25 VII.1.6)Information on value of the contract/lot/concession (excluding VAT) Total value of the contract/lot/concession: 1 168 950.00 GBP VII.1.7)Name and address of the contractor/concessionaire Official name: Deloitte LLP Postal address: 1 New Street Square Town: London NUTS code: UKI5 Postal code: EC4A 3HQ Country: United Kingdom E-mail: [14]brupark@deloitte.co.uk Telephone: +44 2079363000 The contractor/concessionaire is an SME: no VII.2)Information about modifications VII.2.1)Description of the modifications Nature and extent of the modifications (with indication of possible earlier changes to the contract): A number of emerging programmes of work currently being undertaken by other top level budget areas of defence have increased the complexities and dependencies of the programme; multiple work strands have been impacted and further resource and analysis has been required in order to align the project with the emerging programmes of work affecting the JEWOSC. An amendment was undertaken to three of the existing 35 work strands in the SOR and the capped price limit of the contract was increased. VII.2.2)Reasons for modification Need for additional works, services or supplies by the original contractor/concessionaire (Art. 43(1)(b) of Directive 2014/23/EU, Art. 72(1)(b) of Directive 2014/24/EU, Art. 89(1)(b) of Directive 2014/25/EU) Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor: As multiple work strands are complete, a change of contractor would not be practical for economic, technical and interchangeability reasons, involving substantial inconvenience and duplication of costs and high impact on the Category B Programme that this contract supports. A change in contractor introduces unacceptable risk and delay to the programme, which is to provide an optimised operating model for electronic warfare operational support to meet future Intelligence Mission Data demand. VII.2.3)Increase in price Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned) Value excluding VAT: 779 300.00 GBP Total contract value after the modifications Value excluding VAT: 1 168 950.00 GBP -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de