Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Maritime Platform Systems Support Partner.

  • First published: 04 August 2015
  • Last modified: 04 August 2015
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Unknown...
Authority ID:
AA45933
Publication date:
04 August 2015
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence, Ships, Maritime Platform Systems Team

Birch 3C, #3331, Abbeywood South

Bristol

BS34 8JH

UK

Paul Houston


desshipscomrcl-mps-t45qec@mod.uk





Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Maritime Platform Systems Support Partner.

II.1.2)

Type of service contract

3

Main site or location of works, place of delivery or performance


UKK11

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Parts for warships. Electronic and electrical spare parts for warships. Repair and maintenance services of warships. Engineering support services. Technical support services. The Maritime Platform Systems (MPS) team, which is part of the Ships Operating Centre within Defence Equipment & Support organisation, provides global support to Royal Navy and Royal Fleet Auxiliary ships and submarines.

In planning for the future, the Ships Operating Centre is driving forward a Common Support Model, transforming support delivered to all complex warships by a converged, high performing, cost effective support model underpinned by a common approach to class, design and equipment management. The aspiration is to have the Common Support Model in place in time to support the Queen Elizabeth Class Aircraft Carriers and Type 45 Destroyers from the end of November 2016.

As part of the Common Support Model, MPS is planning to transform its organisation structure and ways of working from equipment to systems lines, by implementing its new Marine Systems Hub (MSH). To support its implementation of the MSH, and in view of the timelines to support QEC/T45, MPS is considering contracting for one or more Support Partners, who will be responsible for working alongside the MOD team to provide a range of services covering spares, systems repairs and post design services (including provision of technical SQEP) for maritime platform equipment. The support will primarily cover T45 and QEC but legacy equipment may be incorporated in the future, and as appropriate, future warship and submarine platforms in the Fleet.

In view of the diverse nature of the equipment MPS has described this requirement as 4 systems — Power & Propulsion; Environmental, Domestic & Habitability; Platform Systems; Mechanical & Constructive; allowing a maximum of four contracts to be placed. A single contract may be placed if all four systems are awarded to one company as they provided the Most Economically Advantageous Tender for each System.

The potential contract/s will be placed with Platform Systems Support Partner(s) who will be required to undertake Engineering and Logistics support activities for T45/QEC Systems and Equipment and will discharge these responsibilities as part of the Systems Technical Authority (STA). The role of the STA is to provide guidance and advice to the MPS Systems Approving Authority (SAA), who has responsibility for ensuring system integrity on behalf of the Platform Safety Duty Holder.

The STA will provide assurance to the SAA:

— that design change has been holistically integrated into the relevant system;

— provide evidence-based assurance to the SAA that the solution meets the Design Intent at the system level;

— Supports Ships OC Duty Holders in diagnosing system failures and providing an emergency response service to the Navy on constraints to be placed on operational activity when using systems outside their design intent; and

— Identifies opportunities for improvement of system design.

In some instances the Authority may consider delegating the equipment approving authority role to the STA.

*There is no guarantee that any contract will be put in place in relation to this notice.

II.1.6)

Common Procurement Vocabulary (CPV)

35520000
35522000
50640000
71336000
71356300

II.1.7)

Information about subcontracting

Checked box
Checked box
Checked box
Unchecked box
Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The contractor will be required to provide a range of services, including but not limited to:

— Project Management

— Systems Technical Authority

— Support Chain Management

— Technical Investigations

— Defect Investigation & Fault diagnosis

— Design Services & Design review

— Systems/Equipment Modification

— Alternative systems/reverse engineering/equipment exploration

— Provision of Drawing Office Services

— Reliability Analysis

— Safety Management

— Support to Training & Education

— Engineering Testing, Scientific and Laboratory Analytical Services: (e.g. Stress Analysis, EMC Testing, Calibration and Sensitivity analysis)

— Systems Engineering Services

— Inventory Management — covering new and repairable items

— Document management

TUPE may apply to the T45 element of this contract, details will be provided in full at the ITN stage.

Appropriate levels of security clearance required will be defined at ITN stage.

 300 000 000500 000 000
GBP

II.2.2)

Information about options

It is envisaged that the initial contract term will be five years with two options to extend by one year (i.e. 5+1+1). Information on the options will be available in the Invitation to Negotiate.

Provisional timetable for recourse to these options

84

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

 1-8-2016 31-7-2023

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment will follow delivery and acceptance of the goods or services via Purchase to Payment (P2P).

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

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 into the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

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.

TUPE may apply to the T45 element of this contract, details will be provided in full at the ITN stage.

DEFCON 697 — Contractors on Deployed Operations — will apply.

III.1.5)

Information about security clearance


 30-6-2016

III.2)

Conditions for Participation

III.2.1)

Personal situation



The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also 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 the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

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 Article 39(1) 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 Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.

A Statement of Good Standing provided with the PQQ.




III.2.2)

Economic and financial standing



(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.

Information and formalities necessary for evaluating if the requirements are met: Evidence of professional risk indemnity; at least 2 years certified audited accounts in statutory form, profit and loss account and balance sheet; or statement of overall turnover to be provided with PQQ.

The estimated annual contract value is between approximately 42 000 000 and 72 000 000 GBP. If the estimated annual contract value is greater than 40% of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include:

(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and

(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.

A financial assessment will be undertaken on the supplier’s financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.









III.2.3)

Technical and/or professional capacity



(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

(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

(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified 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)

The information required for evaluating technical or professional capacity is detailed in the PQQ.









III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

36

Objective criteria for choosing the limited number of candidates

The PQQ will be issued as an integral part of the Contract Notice. The DCO application automatically generates an access code that allows suppliers to get into and complete the PQQ. Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and / or documents for this opportunity are available on www.contracts.mod.uk 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 the Response Manager and add the following Access Code: 9G9H5U34UQ.

Please ensure you follow any instruction provided to you.

The deadline for submitting your response(s) is 3.9.2015 17:00. 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.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk.

Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier's capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.

The Authority will use the PQQ response to create a shortlist of tenderers who:

(1) are eligible to participate under Section III.2.1) of this Contract Notice;

(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and

(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice.

Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

MPS/004

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2015/S 111-201874 11-06-2015

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 03-09-2015  17:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



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, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.

From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.

https://www.gov.uk/government/publications/government-security-classifications

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.

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

Electronic Trading

Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence's standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at www.d2btrade.com The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P). GO Reference: GO-2015730-DCB-6864432.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures


Ministry of Defence, Ships, Maritime Platform Systems Team

Birch 3C, #3331, NH3, Abbeywood

Bristol

BS34 8JH

UK

desshipscomrcl-mps-t45qec@mod.uk



VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained


Ministry of Defence, Ships, Maritime Platform Systems Team

Birch 3C, #3331, NH3, Abbeywood

Bristol

BS34 8JH

UK

desshipscomrcl-mps-t45qec@mod.uk



VI.5)

Dispatch date of this Notice

 30-07-2015

ANNEX B

Information About Lots

1     Power & Propulsion Systems

1)

Short Description

Please refer to the full list of equipment attached to the Dynamic PQQ which covers what is expected under each system, noting that the company must have the capability and capacity (either indigenously or via collaboration/consortium) to bid for an entire system — they are not available at equipment level.

2)

Common Procurement Vocabulary (CPV)

35520000
35522000
50640000
71336000
71356300

3)

Quantity or scope

Power & Propulsion Systems:

— Propulsion and Manoeuvring Systems — Conversion of raw fuel to provide electrical or mechanical propulsive motion and manoeuvring systems

— Electrical Power & Distribution Systems — The provision of power and electrical distribution for non-propulsive use

— Propulsion Auxiliary Systems — Secondary systems to support propulsion and power generation

— Integrated Platform Management Systems — Centralised control and indication (PMS) and standards and interfaces for other systems.



190290  GBP.

4)

Indication about different contract dates

 1-8-2016 31-7-2023

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Environmental, Domestics & Habitability Systems

1)

Short Description

Please refer to the full list of equipment attached to the Dynamic PQQ which covers what is expected under each system, noting that the company must have the capability and capacity (either indigenously or via collaboration/consortium) to bid for an entire system — they are not available at equipment level.

2)

Common Procurement Vocabulary (CPV)

35520000
35522000
50640000
71336000
71356300

3)

Quantity or scope

Hotel services and provision of systems to maintain a habitable environment.



2560  GBP.

4)

Indication about different contract dates

 1-8-2016 31-7-2023

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Platform Systems

1)

Short Description

Please refer to the full list of equipment attached to the Dynamic PQQ which covers what is expected under each system, noting that the company must have the capability and capacity (either indigenously or via collaboration/consortium) to bid for an entire system — they are not available at equipment level.

2)

Common Procurement Vocabulary (CPV)

35520000
35522000
50640000
71336000
71356300

3)

Quantity or scope

Mainly fluid systems and fire protection and fire-fighting.



60100  GBP.

4)

Indication about different contract dates

 1-8-2016 31-7-2023

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Mechanical & Constructive Systems

1)

Short Description

Please refer to the full list of equipment attached to the Dynamic PQQ which covers what is expected under each system, noting that the company must have the capability and capacity (either indigenously or via collaboration/consortium) to bid for an entire system — they are not available at equipment level.

2)

Common Procurement Vocabulary (CPV)

35520000
35522000
50640000
71336000
71356300

3)

Quantity or scope

Largely stand-alone items such as davits, ‘access and egress systems’.



2550  GBP.

4)

Indication about different contract dates

 1-8-2016 31-7-2023

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
35522000 Electronic and electrical spare parts for warships Parts for warships
71336000 Engineering support services Miscellaneous engineering services
35520000 Parts for warships Warships and associated parts
50640000 Repair and maintenance services of warships Repair and maintenance services of security and defence materials
71356300 Technical support services Technical services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.