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) |
MSS ME Ministry of Defence, Birch 3A #3324, Abbey Wood |
Bristol |
BS34 8JH |
UK |
Wil Farrell
|
+44 3067939067 |
Wil.Farrell102@mod.gov.uk |
|
www.gov.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 authoritySpares, Repairs and Post Design Support for Machinery Control and Surveillance systems |
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 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 agreement6 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 |
|
|
|
|
|
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 scopeUp to 5 framework agreements will be let covering the 5 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 1 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
|
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 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 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
|
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.
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:
— the overall turnover of the business of the economic operator and
— 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.
|
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 participate36 |
|
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
 |
|
|
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
 |
|
 |
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for requests to participate 05-09-2018
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
|
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.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: ZV2KJV8692.
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 (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2018725-DCB-12876112
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Ships, Maritime Equipment Systems (MES) Team |
|
Bristol |
|
UK |
|
|
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Equipment Systems (MES) Team |
|
Bristol |
|
UK |
|
|
|
|
|
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 25-07-2018 |
|
ANNEX B
Information About Lots
|
| 1
Machinery Control and Surveillance / Platform Control and Indication |
1)
|
Short Description
1) Short Description:
Support of Electrical and Control Systems — Spares, Repairs and Post Design Technical Support
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35522000 |
|
|
|
|
|
3)
|
Quantity or scope
See Supporting Information Documents to PQQ
Value Range: 4 000 000 and 6 500 000
Currency: GBP
4 000 0006 500 000
GBP.
|
4)
|
Indication about different contract dates84 |
5)
|
Additional Information about lots
Please refer to The Support Information Documents
|
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 |
|
|
|
|
|
3)
|
Quantity or scope
See Supporting Information Documents to PQQ
1 500 0002 000 000
GBP.
|
4)
|
Indication about different contract dates84 |
5)
|
Additional Information about lots
Please refer to The Support Information Documents
|
ANNEX B
Information About Lots
|
| 3
DCAU |
1)
|
Short Description
Support of T23 Data Capture Analysis Units
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35522000 |
|
|
|
|
|
3)
|
Quantity or scope
See Supporting Information Documents to PQQ
200 000500 000
GBP.
|
4)
|
Indication about different contract dates84 |
5)
|
Additional Information about lots
Please refer to The Support Information Documents
|
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 |
|
|
|
|
|
3)
|
Quantity or scope
See supporting documents to PQQ
750 0002 000 000
GBP.
|
4)
|
Indication about different contract dates84 |
5)
|
Additional Information about lots
Please refer to the Support Information Documents
|
ANNEX B
Information About Lots
|
| 5
Temperature Controllers — Support of T23 Pneumatic Temperature Controllers |
1)
|
Short Description
Support of T23 Pneumatic Temperature Controllers
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35522000 |
|
|
|
|
|
3)
|
Quantity or scope
See Supporting Information Documents to PQQ
200 000900 000
GBP.
|
4)
|
Indication about different contract dates84 |
5)
|
Additional Information about lots
Please refer to The Support Information Documents
|
|