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, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT) |
Defence Equipment and Support, NH1 Yew 3A #1342, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
Emily Barrow |
+44 3067982667 |
Emily.Barrow101@mod.gov.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 authorityCBRN/00222 — NABITO (NABBER and CUBITO). |
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 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)
Nuclear, Biological, Chemical and Radiological protection equipment. The Authority is seeking to procure worldwide-deployable, chemical/biological/radiological-protected, Collective Protection (COLPRO) Field Hospital (FH), Staff Working Environment (SWE) and Collective Accommodation (CA) infrastructures.
The FH element shall comprise of 2 rapidly air deployable Role 2 Enhanced modules (2/1/4/12), with additional capacity to subsequently expand either Role 2 into a Role 3 (4/2/8/48), delivering no later than September 2018. The solution will require equipment to support the air portability requirement including an initial spares pack, ongoing supply of spares and consumables (if required), TDOL compliant manuals in AESP format, and provision of DSAT compliant train the trainer courses (for operators and maintainers) and a fully compliant safety and environmental case.
The SWE/CA element shall comprise of space for 600 personnel, in increments of 10 PAX, and 5 training systems, delivering no later than September 2018. This is envisaged to consist of 14 X 50 man systems, comprising 12 Operational and 2 that break down into 5 training systems, (made up of Five 10 man Toxic Free Areas (TFAs) with 3 air locks per system, each housed in its own Vapour Hazard Area (VHA). The procurement needs to include a fully integrated support solution (supply of equipment, initial spares pack, on-going supply of spares and consumables (if required), TDOL compliant manuals in AESP format, provision of DSAT compliant train the trainer courses (for operators and maintainers) and a fully compliant safety and environmental case.
The Authority intends to offer Bidders the possibility of utilising elements of it's current systems (HAPTIC and BOPSY) as GFE as part of their solution if successfully down selected (further details of which will follow in the Invitation To Negotiate (ITN)).
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35113200 |
|
|
|
|
|
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 scopeThe Authority is seeking to procure worldwide-deployable, chemical/biological/radiological-protected, Collective Protection (COLPRO) Field Hospital (FH), Staff Working Environment (SWE) and Collective Accommodation (CA) infrastructures.
The FH element shall comprise of 2 rapidly air deployable Role 2 Enhanced modules (2/1/4/12), with additional capacity to subsequently expand either Role 2 into a Role 3 (4/2/8/48), delivering no later than September 2018. The solution will require equipment to support the air portability requirement including an initial spares pack, ongoing supply of spares and consumables (if required), TDOL compliant manuals in AESP format, and provision of DSAT compliant train the trainer courses (for operators and maintainers) and a fully compliant safety and environmental case.
The SWE/CA element shall comprise of space for 600 personnel, in increments of 10 PAX, and 5 training systems, delivering no later than September 2018. This is envisaged to consist of 14 X 50 man systems, comprising 12 Operational and 2 that break down into 5 training systems, (made up of Five 10 man Toxic Free Areas (TFAs) with 3 air locks per system, each housed in its own Vapour Hazard Area (VHA). The procurement needs to include a fully integrated support solution (supply of equipment, initial spares pack, on-going supply of spares and consumables (if required), TDOL compliant manuals in AESP format, provision of DSAT compliant train the trainer courses (for operators and maintainers) and a fully compliant safety and environmental case.
The Authority intends to offer Bidders the possibility of utilising elements of it's current systems (HAPTIC and BOPSY) as GFE as part of their solution if successfully down selected (further details of which will follow in the Invitation To Negotiate (ITN)).
The Procurement will follow the Competitive Negotiated Procedure. The first stage will be the PQQ stage, designed to evaluate Technical and Financial Capacity/Capability. Bidders who are successfully down-selected at the PQQ stage will proceed to the Invitation to Negotiate stage. The Authority intends to proceed to negotiations with a minimum of three Bidders subject to the minimum requirements being met. Full details of the evaluation and negotiation process will be released within the ITN to those who are successfully down-selected.
The award criteria will be ‘the most economically advantageous tender in terms of the criteria stated in the specifications’. Specific criteria and weightings will be provided within the ITN. The Authority reserves the right to award the contract on the basis of initial tenders without negotiations to the Bidder who submits the highest scoring compliant tender in accordance with the award criteria published in the ITN.
Estimated value (including options): 12 000 000-18 000 000 GBP
Duration: Initial 5-year contract with the option to extend the contract beyond the 5-year period of up to a further 5 years.
Anticipated contract award date: Q1 2018.
A Cyber Security Risk Assessment for this requirement has been carried out and returned a risk level of Very Low Risk (Reference RAR-VTB45ERZ). Potential Suppliers are therefore required to maintain a Cyber Essentials Scheme certification in order to comply. |
|
12 000 00018 000 000 GBP |
II.2.2)
|
Information about optionsDuration: Initial 5-year contract with the option to extend the contract beyond the 5-year period of up to a further 5 years. |
|
Provisional timetable for recourse to these options60 |
II.2.3)
|
Information about renewals
|
II.3)
|
Duration of the contract or limit for completion60 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The Authority reserves the right to require an indemnity, guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.
|
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 or 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 incorporate a Security Aspects letter into the contract, in addition to other security-related Terms and Conditions. The Authority reserves the right to amend any condition related to security of information to reflect any changes to 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
|
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.
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) of the DSCPR 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 https://www.contracts.mod.uk/delta/project/reasonsForExclusion.html
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
(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.
At least 2 years audited accounts (if available) or equivalent must be submitted as part of the Pre-Qualification Questionnaire response. The Authority reserves the right to request further financial information following receipt of the Pre-Qualification Questionnaire response.
Financial assessment will be undertaken on the supplier's financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.
|
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;
(f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator's study and research facilities and quality control measures;
(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;
(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;
(k) any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs;
(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;
(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).
As requested at the a) Pre-Qualification Questionnaire stage and b) Invitation to Negotiate (ITN) stage for those companies down-selected to participate in the ITN stage.
Demonstration of capability and capacity to deliver the advertised requirement in the supplier's Pre-Qualification Questionnaire response.
The Authority reserves the right to reject any submissions that do not demonstrate sufficient capability and capacity to deliver the advertised requirement.
The Authority reserves the right to create a shortlist of Bidders to proceed to the ITN stage based on the highest scoring PQQ responses.
As requested at the a) Pre-Qualification Questionnaire stage and b) Invitation to Negotiate (ITN) stage for those companies down-selected to participate in the ITN stage.
The Authority reserves the right to reject any submissions that do not demonstrate sufficient capability and capacity to deliver the advertised requirement.
|
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 participate38 |
|
|
Objective criteria for choosing the limited number of candidates
Interested suppliers are required to complete the Pre-Qualification Questionnaire (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 shortlist 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.
Prospective suppliers who are awarded a ‘fail’ for any PQQ question will not be invited to proceed to the ITN stage. Prospective suppliers who score a 0 or a 1 against any of the Project Questions in Section 6 of the PQQ will not be invited to the ITN stage Additionally, the Authority reserves the right not to invite a prospective supplier to proceed to the ITN stage if they are awarded four scores of ‘2’ for the Project Questions in Section 6 of the PQQ.
The Authority reserves the right to invite more than 8 bidders to proceed to the ITN stage. Additionally, the Authority reserves the right to revise the number of bidders that will be invited to negotiate following the ITN evaluation.
Please note the correct access code for the PQQ is: B9HTC38CD4.
|
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 No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
CBRN/00222 - NABITO (NABBER and CUBITO)
|
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 31-07-2017
10:00 |
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
Please note the correct access code for the PQQ is: B9HTC38CD4 (Please disregard any other Access Codes).
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. 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
A Cyber Security Risk Assessment for this requirement has been carried out and returned a risk level of Very Low Risk (Reference RAR-VTB45ERZ). Potential Suppliers are therefore required to maintain a Cyber Essentials Scheme certification in order to comply.
All potential suppliers who are successfully down selected at the PQQ stage and invited to the ITN stage must complete the Supplier Assurance Questionnaire (SAQ) via the online tool (https://suppliercyberprotection.service.xgov.uk/) to demonstrate their compliance with the required cyber risk level. This is a self-assurance process and no validation of the SAQ return is required.
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: 97TD5W9EUB.
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-2017630-DCB-10544349.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT) |
|
Bristol |
|
UK |
|
|
|
|
|
|
|
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 30-06-2017 |