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, Defence Support Group (DSG) |
DSG Telford, Telford |
Shropshire |
TF2 8JT |
UK |
Eve Doran |
+44 1952967311 |
eve.doran@babcockinternational.com |
|
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 authorityRepair of Armoured Fighting Vehicle (AFV) Heavy Road Wheels |
II.1.2)
|
Type of service contract3Main site or location of works, place of delivery or performance
Telford and Wrekin. 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 agreement6 |
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement7 000 00014 000 000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Repair, maintenance and associated services of vehicles and related equipment. Babcock DSG Ltd acting as agents on behalf of the UK Ministry of Defence has a requirement for a 4-year framework agreement for the repair of AFV heavy road wheels, with the provision of two 1-year options should this be required and subject to satisfactory supplier performance.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50100000 |
|
|
|
|
|
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 scopeBabcock DSG Ltd acting as agents for the authority has a potential requirement for a 4-year framework agreement for the repair of AFV heavy road wheels. There will also be the provision for 2 x 1-year options should this be required and subject to satisfactory supplier performance. The possible future requirement covers, but is not limited to the repair of the following NSNs:
— 2530996659014 — challenger two road wheel;
— 2530998265996 — Crarrv road wheel.
Babcock DSG Ltd reserves the right to add associated items to the contract.
QA standards or equivalent; the contractor shall hold and maintain a certification to ISO 9001:2015 or equivalent quality accreditation to a correct scope relevant to this requirement. The contractor shall be responsible for the procurement of all replacement parts and they shall meet or exceed the OEM specification and shall be purchased from an approved supplier. Certificates of Conformity (COC) shall be obtained/provided for all parts/repairs.
Drawings or associated specifications will be available to issue as part of any eventual ITT.
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 the notice. No compensation etc will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in the process only on the basis that they fully understand and accept this position. |
|
7 000 00014 000 000 GBP |
II.2.2)
|
Information about optionsPossibility of 2 x 1-year options. |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals
|
II.3)
|
Duration of the contract or limit for completion72 |
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
|
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.
|
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 three 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.
This information is required in response to the DPQQ
|
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:
— that person was not a contracting authority, and
— 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.
(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.
(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:
— attesting conformity to quality management systems standards based on the relevant European standard; and
— 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).
This information is required in response to the DPQQ.
|
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 participate3 |
|
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. 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: 3NN669RMT7
Ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is DD/MM/YYYY 00.00. 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 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 call 0800282324.
|
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
IRM20/7482
|
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 09-08-2020
16:00 |
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 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
For contracts which necessitate the transfer of MOD identifiable information (MODII)1, all suppliers and any sub-contractors who will be in receipt of such MODII must hold an appropriate Cyber Security Certification by the contract start date at the latest and ensure that this certification is renewed annually.
To demonstrate compliance, suppliers are required to complete a supplier assurance questionnaire (SAQ) at https://supplier-cyber-protection.service.gov.uk Suppliers will need to enter the below reference when completing the SAQ, to access the appropriate risk assessment.
Cyber risk reference: RAR-8G355ECK
Cyber risk level: very low
If you require any assistance, please contact: the service support centre if your query relates to system navigation or access, using the contact form or by tel: (+44) 01614137981
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: 343X926N84
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 0800282324.
Go reference: GO-202078-DCB-16798520
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, DSG, Defence Support Group (DSG) |
|
Telford |
|
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 08-07-2020 |