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

MCAS — MSS/043

  • First published: 18 August 2018
  • Last modified: 18 August 2018

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:
AA47308
Publication date:
18 August 2018
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

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 (MPS)

Marine Electrical MSS, NH3, Birch 3a no 3324

Bristol

BS34 8JH

UK

Lauren Purchase


+44 3067939067

DESShipsComrcl-MCAS@mod.gov.uk


www.gov.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

MCAS — MSS/043

II.1.2)

Type of supplies contract

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

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

Bristol, City of


UKK11

II.1.3)

Information on framework agreement

Checked 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

7

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

6 650 00011 900 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Electronic and electrical spare parts for warships. Repair and maintenance services of military electronic systems. Submarines. Spares, Repairs, Post Design and Technical Support for Platform Control and Indication Systems and Equipment for Naval Ships and Submarines. The requirement covers the manufacture, sourcing, repair and design support for equipment and items together with services such as obsolescence management and the updating of drawings and technical documentation. Systems and Equipment include Machinery Control and Surveillance (MCAS) systems, centralised control consoles, electrical, environmental, auxiliary machinery panels and local control panels. These are used to control and monitor internal Naval Ship and Submarine activities such as power generation and distribution, sea and water systems, main propulsion, platform systems and auxiliary and hotel systems. Further description is contained within the Support Information Documentation. The requirement has been split into 5 distinct Lots.

II.1.6)

Common Procurement Vocabulary (CPV)

35522000
50660000
35512000

II.1.7)

Information about subcontracting

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked 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

Up to five framework agreements will be let covering the five Lots. The Contractor(s) will be responsible for supplying Spares, Repairs and Post Design / Technical Support demanded by the Authority, as and when required, within the agreed lead times. Proposals may be submitted for one or more Lots. Responses to the PQQ should make it clear which Lots companies are interested in. The Supporting Information documentation expands on the requirements of this tender. If the Tenderer is planning to sub-contract any of the Activities within the tender requirement, this must be made very clear in their tender responses. No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.

 6 650 00011 900 000
GBP

II.2.2)

Information about options

Provisional timetable for recourse to these options

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

84

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

A Bank Guarantee may be required.

III.1.2)

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

Payment will follow Delivery and Acceptance of Goods or Services via Contracting, Purchasing and Finance (CP&F).

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 submit 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 in to 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 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.

III.1.5)

Information about security clearance


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.




III.2.2)

Economic and financial standing











III.2.3)

Technical and/or professional capacity



This Information will be sought through a Pre-Qualification Questionnaire (PQQ).



Please see Contract Notice Supporting Information Document within 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

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked 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

MSS/043

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2018/S 036-079567 21-02-2018

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 14-09-2018  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

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 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: 255AT6SBQ6.

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-2018814-DCB-13010528

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, Ships, Marine Systems Support (MSS)

NH3, Birch 3a, no 3324, Filton

Bristol

BS34 8JH

UK

DESShipsComrcl-MCAS@mod.gov.uk

+44 3067939067


Body responsible for mediation procedures


Ministry of Defence, Ships, Marine Systems Support (MSS)

NH3, Birch 3a, no 3324, Filton

Bristol

BS34 8JH

UK

DESShipsComrcl-MCAS@mod.gov.uk

+44 3067939067


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, Marine Systems Support (MSS)

NH3, Birch 3a, no 3324, Filton

Bristol

BS34 8JH

UK

DESShipsComrcl-MCAS@mod.gov.uk

+44 3067939067


VI.5)

Dispatch date of this Notice

 14-08-2018

ANNEX B

Information About Lots

1     Machinery Control and Surveillance / Platform Control and Indication

1)

Short Description

Support of Electrical and Control Systems — Spares, Repairs and Post Design Technical Support.

2)

Common Procurement Vocabulary (CPV)

35522000
50660000
35512000

3)

Quantity or scope

Please refer to the Supporting Information Documents within the PQQ.



4 000 0006 500 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

All Detail can be located in the Supporting Information Documents within the PQQ.

ANNEX B

Information About Lots

2     Local Control Panels

1)

Short Description

Support of Local Control Panels (LCP), Systems and Spares.

2)

Common Procurement Vocabulary (CPV)

35522000
50660000

3)

Quantity or scope

Please refer to the Supporting Information Documents within the PQQ.



1 500 0002 000 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

Additional Information is located within the Supporting Information Documents within the PQQ.

ANNEX B

Information About Lots

3     DCAU

1)

Short Description

Support of T23 Data Capture Analysis Units.

2)

Common Procurement Vocabulary (CPV)

35522000
50660000

3)

Quantity or scope

Please refer to the Supporting Information Documents within the PQQ.



200 000500 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

Additional Information can be located within the Supporting Information Documents within the PQQ.

ANNEX B

Information About Lots

4     Hunt MCAS

1)

Short Description

Machinery Controls and Surveillance Systems Spares, Repairs and Post Design Technical Support.

2)

Common Procurement Vocabulary (CPV)

35522000
50660000

3)

Quantity or scope

Please refer to the Supporting Information Documents within the PQQ.



750 0002 000 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

Additional Information can be located within the Supporting Information Documents within the PQQ.

ANNEX B

Information About Lots

5     Temperature Controllers

1)

Short Description

Support of T23 Pneumatic Temperature Controllers.

2)

Common Procurement Vocabulary (CPV)

35522000
50660000

3)

Quantity or scope

Please refer to the Supporting Information Documents within the PQQ.



200 000900 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

Additional Information can be located within the Supporting Information Documents within the PQQ.


Coding

Commodity categories

ID Title Parent category
35522000 Electronic and electrical spare parts for warships Parts for warships
50660000 Repair and maintenance services of military electronic systems Repair and maintenance services of security and defence materials
35512000 Submarines Warships

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.