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

Supply of Spares, Repairs and Technical Support for Compressed Air equipment.

  • First published: 16 February 2016
  • Last modified: 16 February 2016
  • 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:
AA47308
Publication date:
16 February 2016
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 (MPS)

MOD Abbey Wood, Birch 3c #3331

Bristol

BS34 8JH

UK

MPS Contract Management Asst Hd

Julia Filer

+44 3067987241

julia.filer340@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

Supply of Spares, Repairs and Technical Support for Compressed Air equipment.

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


UKK12

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)

Compressed air. Compressed-air dryers. Compressed-air cylinders. Rotary compressors. Air compressors. Reciprocating displacement compressors. Centrifugal compressors. Parts of air compressors. Repair and maintenance services of compressors. Pressure vessels. Marine equipment. Parts for warships. Future supply of Spares, Repair and Technical Support for Compressed Air equipment fitted to RN surface ships and submarines.

II.1.6)

Common Procurement Vocabulary (CPV)

24113200
39721321
44611110
42123200
42123400
42123600
42123700
42124330
50531300
44615000
34930000
35520000

II.1.7)

Information about subcontracting

Checked box
Checked box
Unchecked box
Unchecked box
Unchecked box

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 scope

Management Supply: — Supply of main equipment — Supply of equipment spares;

Repair: — Repair of equipment and components — Refurbishment of equipment and components;

Through life management;

Configuration management;

Obsolescence management;

Submarine 1st level quality management;

Storage and maintenance of approximately 250 High Pressure gas cylinders of various size up to 258 litres;

Post Design and Technical Support: — Post design services — Technical support of compressed Air equipment fitted to RN surface ships and submarines also High/Medium and Low pressure Air systems to a value of approximately 4 500 000 GBP per annum.

No business whatsoever is guaranteed under any resulting enabling arrangement or contract indeed there is no guarantee that any contract will be put in place in relation to this notice. No compensation, etc. will be paid if a tender or resulting enabling arrangement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.

15 200 000
GBP

II.2.2)

Information about options

The intention is to let a 3 year contract with a costed 1 year option to extend the term of the contract.

Provisional timetable for recourse to these options

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

 1-2-2017 1-2-2020

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, works and services.

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.

III.1.5)

Information about security clearance


 28-2-2017

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.

2 years audited accounts (if available) or equivalent information to identify any significant financial trends will be sought through a formal Pre-Qualification Questionnaire.



The estimated annual contract value is 4 500 000 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.







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;

(c) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years or during a shorter period if necessary, and: (i) The dates on which the goods were sold or the services provided; (ii) The consideration received; (iii) The identity of the person to whom the goods were sold or the service were provided; (iv) Any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) Where — (a) that person was not a contracting authority, and (b) The certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;

(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;

(h) The environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract;

(i) A statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous 3 years;

(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;

(m) In the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required 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 Authority requires this information to evaluate technical capability through a formal pre-qualification questionnaire stage.



SC level Facility Security Clearance is required.







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

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: 3Y6897XQ34. Please ensure you follow any instruction provided to you.

The deadline for submitting your response(s) is 14.3.2016, 9:00. 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 help desk 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 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 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/030

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 14-03-2016  09:00

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).

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: 3Y6897XQ34.

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. 0800 282 324.

GO Reference: GO-2016212-DCB-7750659.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 12-02-2016

Coding

Commodity categories

ID Title Parent category
42123400 Air compressors Compressors
42123700 Centrifugal compressors Compressors
24113200 Compressed air Liquid and compressed air
44611110 Compressed-air cylinders Tanks
39721321 Compressed-air dryers Domestic cooking or heating equipment
34930000 Marine equipment Miscellaneous transport equipment and spare parts
35520000 Parts for warships Warships and associated parts
42124330 Parts of air compressors Parts of pumps, compressors, engines or motors
44615000 Pressure vessels Tanks, reservoirs, containers and pressure vessels
42123600 Reciprocating displacement compressors Compressors
50531300 Repair and maintenance services of compressors Repair and maintenance services for non-electrical machinery
42123200 Rotary compressors Compressors

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.