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, DSG |
Building B15, MOD Donnington |
Telford |
TF2 8JT |
UK |
Mr Niki Nye |
+44 1952673906 |
niki.nye@dsg.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 authorityFor the repair of fire suppression systems as fitted to various vehicle platforms and supply of associated spares. |
II.1.2)
|
Type of service contract1Main site or location of works, place of delivery or performance
UKG21 |
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 agreement36 |
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement347 868869 716GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Fire extinguishers. Fire suppression system. Repair and maintenance services of fire-fighting equipment. The Authority has the potential requirements for the Refurbishment of Various Fire Extinguisher Systems and Associated Equipments as fitted to various Protected Mobility Vehicles and potentially other vehicle platforms currently in service in the UK MOD.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35111300 |
|
|
|
|
|
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:
The equipment currently in scope for the refurbishment is but is not limited to:
NSN 7MF/4210-99-851-0612 (MPN 142-100-014/113-400-003) — Vaporizing Liquid Fire Extinguisher.
NSN 7BUFF/4210-99-863-1753 (MPN 142-100-015/113-40-004) — Fire Extinguisher.
NSN 7FXH/4210-99-302-1800 (MPN 700-0000-004) — Fire Extinguisher.
NSN 7FXH/4210-99-152-9563 (MPN 700-0000-005/40007536 — Fire Extinguisher.
The successful Contractor will be required to overhaul/repair Articles as per OEM Specification with an accompanying Certificate of Conformance detailing results of output tests. The successful Contractor(s) will be required to supply all spares/components necessary to undertake the re-manufacturing process.
Lot 2:
In addition to this the repair activity, there is a requirement to procure and supply spare parts for the Fire Suppression Systems as fitted to Light Protected Patrol Vehicles (LPPV) and Armoured Fighting Vehicles (AFV). Tenderers shall be invited to submit bids for ISIS compliant parts, further details can be found on the ISIS/UKNCB website. Examples of the type of items to be procured are listed below, but not limited to:
Hose Assemblies
Fire Extinguishers
Cable Assemblies
Temperature and Pressure Relief Valves
Repair/Refilling Kits
Control Boxes
A full list of items for supply shall be provided at Tender stage.
Successful Contractor will be expected to arrange the subsequent packaging to appropriate Military Packing Levels and deliver Articles to the Authority.
QA Standards or equivalent: The Contractor shall hold and maintain a certification to BS EN ISO 9001:2008, issued by an accredited certification body.
Expressions of Interest will be via the Dynamic Pre-Qualification Questionnaire (DPQQ) linked to this Contract Notice. Only those expressions of interest that fully meet the criteria stated in the DPQQ shall be considered for Invitation to Tender.
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. |
|
347 868869 716 GBP |
II.2.2)
|
Information about optionsThe proposed requirement will be 1 year with 2 single year options. Option years are included in the overall total contract value. |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals
|
II.3)
|
Duration of the contract or limit for completion36 |
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
Payments under any resulting Contract will be made on completion of individual Service/Repair tasks to the satisfaction of the Authority. It is the intention of the Authority to implement P2P (Purchase 2 Payment) as the mechanism under any eventual Contract.
|
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 a 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 markings scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.
Electronic Trading
Potential supplier 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
|
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
|
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 participate310 |
|
|
Objective criteria for choosing the limited number of candidates
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/delta You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing user-name 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: 84344G8HEY. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 9.3.2015. 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 Help-desk by emailing — support@contracts.mod.uk or call +44 800282324.
Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the suppliers 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 short-list 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 at 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 Scoring and Weighting Criteria Box for the Dynamic PQQ.
|
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
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
LSBU7/0200
|
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 09-03-2015
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
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 supplier 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).
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 user-name 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: 84344G8HEY.
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 Help-desk by emailing support@contracts.mod.uk or Telephone +44 800282324.
GO Reference: GO-201526-DCB-6348524.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, DSG |
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, DSG |
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence, DSG |
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 06-02-2015 |
|
ANNEX B
Information About Lots
|
| 1
Repair/Refurbishment of Various Fire Suppression Systems and Associated Equipments as fitted to various Protected Mobility Vehicles |
1)
|
Short Description
The Authority has the potential requirement for the Refurbishment of Various Fire Suppression Systems and Associated Equipments as fitted to various Protected Mobility Vehicles and potentially other vehicle platforms currently in service in the UK MOD.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35111300 |
|
|
|
|
|
3)
|
Quantity or scope
The equipment currently in scope for the refurbishment is but is not limited to:
NSN 7MF/4210-99-851-0612 (MPN 142-100-014/113-400-003) — Vaporizing Liquid Fire Extinguisher.
NSN 7BUFF/4210-99-863-1753 (MPN 142-100-015/113-40-004) — Fire Extinguisher.
NSN 7FXH/4210-99-302-1800 (MPN 700-0000-004) — Fire Extinguisher.
NSN 7FXH/4210-99-152-9563 (MPN 700-0000-005/40007536 — Fire Extinguisher.
The successful Contractor will be required to overhaul/repair Articles as per OEM Specification with an accompanying Certificate of Conformance detailing results of output tests. The successful Contractor(s) will be required to supply all spares/components necessary to undertake the re-manufacturing process.
347 868869 716
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 2
The supply of spare parts for the Fire Suppression Systems as fitted to Light Protected Patrol Vehicles (LPPV) and Armoured Fighting Vehicles (AFV) |
1)
|
Short Description
The supply of spare parts for the Fire Suppression Systems as fitted to Light Protected Patrol Vehicles (LPPV) and Armoured Fighting Vehicles (AFV).
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35111300 |
|
|
|
|
|
3)
|
Quantity or scope
Tenderers shall be invited to submit bids for ISIS compliant parts, further details can be found on the ISIS/UKNCB website. Examples of the type of items to be procured are listed below, but not limited to:
Hose Assemblies
Fire Extinguishers
Cable Assemblies
Temperature and Pressure Relief Valves
Repair/Refilling Kits
Control Boxes
A full list of items for supply shall be provided at Tender stage.
113 057347 868
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|