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 (MPS) |
MSS Commercial, Ash 2c #3214, Abbey Wood |
Bristol |
BS34 8JH |
UK |
Nicky Greensides
|
+44 3067933415 |
DESShipsMPS-MET-Comrcl-SPOC@mod.uk |
|
https://www.contracts.mod.uk
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityShafts, Propellers, Shaft Seals and Shaft Ancillaries Support Enabling Arrangement. |
II.1.2)
|
Type of supplies contract
 |
|
 |
|
 |
|
 |
|
 |
|
Main site or location of works, place of delivery or performance
Bristol, City of. UKK11 |
II.1.3)
|
Information on framework agreement
 |
|
|
II.1.4)
|
Information on framework agreement (if applicable)
 |
|
 |
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement84 |
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement50 000 00070 000 000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Parts for warships. Engineering support services. Technical support services. Parts for warships. Engineering support services. Technical support services. Shafts, Propellers and Ancillary Equipment is utilised in a variety of forms across 2x Landing Platform Dock (LPD), 1x Landing Platform Helicopter (LPH), 13x T23, 8x Hunt Marine Counter Measures Vessel (MCMV), 7x Sandown, 4x T Class Ship Submersible Nuclear (SSN), 7x Astute Class Ship Submersible Nuclear (SSN) and 4x Ship Submersible Ballistic Nuclear (SSBN). The main purpose of this product grouping is the conversion of torque to longitudinal thrust i.e. propulsion of the vessel and includes the following Master Equipment:
a. Conventional Shafts and Propellers.
b. Submarine Shafts & Seals.
c. Shaft Ancillaries.
The Maritime Transmissions and Propulsors (MTP) team within the Marine Systems Support (MSS) group is planning to enhance the effectiveness and efficiency of the equipment management role and support solutions to deliver improved performance and value for Defence. This will be achieved through combining its in-service support requirements for Shafts, Propellers and Ancillary Equipment and there will be 3 lots available as follows:
a. Lot 1: Enabling Contract for the Supply, Repair, Post Design and Technical Support for White Metal Bearings and Associated Equipment.
b. Lot 2: Enabling Contract for the Supply, Repair, Post Design & Technical Support for Submarine and Ship Seals and Associated Equipment.
c. Lot 3: Enabling Contract for the Supply, Repair, Post Design & Technical Services for Shafts, Propellers and Associated Equipment.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
 |
|
 |
|
 |
|
 |
|
 |
|
|
II.1.8)
|
Division into lots Yes
 |
|
 |
|
 |
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeLot 1: Enabling Contract for the Supply, Repair, Post Design and Technical Support for White Metal Bearings and Associated Equipment.
Lot 2: Enabling Contract for the Supply, Repair, Post Design and Technical Support for Submarine and Ship Seals and Associated Equipment.
Lot 3: Enabling Contract for the Supply, Repair, Post Design and Technical Services for Shafts, Propellers and Associated Equipment. |
|
50 000 00070 000 000 GBP |
II.2.2)
|
Information about options |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals
|
Section III: Legal, Economic, Financial and Technical Information
|
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 of the European Parliament and of the Council (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 of the European Parliament and of the Council (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.
|
III.2.2)
|
Economic and financial standing
|
III.2.3)
|
Technical and/or professional capacity
|
III.2.4)
|
Reserved contracts
 |
|
 |
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate26 |
|
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
 |
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used Yes
Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender. |
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
MSS/042
|
IV.3.2)
|
Previous publication(s) concerning the same contract
 |
|
 |
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for requests to participate 27-09-2016
12:00 |
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
|
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
Accredited 3rd party (or Government Issued) Quality Management System (QMS) certification which includes and appropriate scope to meet the requirement. In the event that no certification is held, the company must be able to demonstrate that they operate and maintain a QMS acceptable to the Department for this requirement.
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.
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.
https://www.gov.uk/government/publications/government-security-classifications
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
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 http://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 your Response Manager and add the following Access Code: WQ43282345.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity 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 or Telephone 0800 282 324.
GO Reference: GO-2016816-DCB-8637651.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
Ash 2c #3214, MOD Abbeywood |
Bristol |
BS34 8JH |
UK |
DESShipsComrcl-MPS-CI-SSS@mod.uk |
+44 3067933415 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
Ash 2c #3214, MOD Abbeywood |
Bristol |
BS34 8JH |
UK |
|
+44 3067933415 |
|
|
|
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 (MPS) |
Ash 2c #3214, MOD Abbeywood |
Bristol |
BS34 8JH |
UK |
DESShipsComrcl-MPS-CI-SSS@mod.uk |
+44 3067933415 |
|
|
|
VI.5)
|
Dispatch date of this Notice 16-08-2016 |
|
ANNEX B
Information About Lots
|
| 1
|
1)
|
Short Description
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
3)
|
Quantity or scope
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|