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, Submarines, Maritime Platform Systems (MPS) |
Ash 2c # 3214, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
MPS CI Senior Commercial Manager
Adrian Whitwell |
+44 7894434932 |
DESShipsComrcl-MPS-CI-EMS@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 authorityIndependent Royal Navy fuels analysis, lubricants technical support, development and testing and test kit overhaul, repairs and PDS and SOAP. |
II.1.2)
|
Type of supplies contract
 |
|
 |
|
 |
|
 |
|
 |
|
Main site or location of works, place of delivery or performance
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 agreement7 |
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement11,34GBP |
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Fuels. Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment. Parts for warships. Lubricants. MOD DE&S Maritime Equipment Systems has a requirement for the independent testing and technical assessment, reporting and consultancy on maritime fuels lubricants and associated products (as scoped in Def Stan 01-5) on a worldwide basis. Along with the management and undertaking of the Spectral Oil Analysis Programme for diesel engine lubricating oil for RN Diesel engines to include programme management with associated fuels and lubricants test kit overhaul, repair and PDS.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
09100000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
 |
|
 |
|
 |
|
 |
|
 |
|
|
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeMOD DE&S Maritime Equipment Systems has a requirement for the independent testing and technical assessment, reporting and consultancy on maritime fuels lubricants and associated products (as scoped in Def Stan 01-5) on a worldwide basis. Along with the management and undertaking of the Spectral Oil Analysis Programme for diesel engine lubricating oil for RN Diesel engines to include programme management with associated fuels and lubricants test kit overhaul, repair and PDS.
A critical element of this contract is the ability to be and demonstrate independence and impartiality sufficient to allow custodianship with disparate OEM's of a number of fuels, lubricants and associated products formulations sufficient to allow toxicological screening to allow submarine (and other) toxicity assessments. Security clearance of staff will be required as will attendance at NATO and other foreign meetings.
1 Framework Agreement will be let for the requirement for a period of 5 years with an option for 2 additional years.
No business whatsoever is guaranteed under any resulting framework agreement indeed there is not guarantee that any framework agreement will be put in place in relation to this notice. No compensation 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. |
|
10 000 00012 500 000 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.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 on Delivery 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
|
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 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
(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 3 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.
If the estimated annual contract value is greater than 40% of the suppliers 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 suppliers financial status. An overall pass / fail judgment will be made after considering areas such as turnover, profit, net assets, liquidity, grearing 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
This information will be sought through a Pre-Qualification Questionnaire.
|
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 participate36 |
|
|
Objective criteria for choosing the limited number of candidates
Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the suppliers capacity 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 responses 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 in Sections III.2.2) and III.2.3) of this Contract Notice.
|
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
MPS/029
|
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 25-03-2016
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
|
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 GO Reference: GO-2016212-DCB-7750851.
|
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 Abbey Wood |
Bristol |
BS34 8JH |
|
DESShipsMPS-MET-Comrcl-SPOC@mod.uk |
+44 7894434932 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
Ash 2c 3214, MOD Abbey Wood |
Bristol |
BS34 8JH |
|
|
|
|
|
|
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 Abbey Wood |
Bristol |
BS34 8JH |
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 12-02-2016 |