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) |
Babcock DSG — Building B15, MoD Donnington, Shropshire |
Telford |
TF2 8JT |
UK |
Miss Caroline Dunn
|
+44 1952673759 |
caroline.dunn@babcockinternational.com |
|
www.babcockinternational.com
|
|
|
|
|
|
|
|
|
|
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 Radiators and CVR(T) Fans fitted to the Bulldog/CVRT fleet. |
II.1.2)
|
Type of service contract1Main 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 agreement3 |
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement352 913869 716GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Repair and maintenance services of motor vehicles and associated equipment. The Authority has the potential requirement for the Repair of Radiators and CVR(T) Fans fitted to the Bulldog/CVRT fleet. It is the intention of the Authority to award a Contract with a single Contractor in order to carry out repair activities. An example of the equipment currently in scope but is not limited to, are as follows:
NSN DMC description platform:
2930994253907 9CVT Radiator, Engine Coolant CVR(T),
2930997254218 9PTR Radiator Assembly OCD Bulldog,
2940995726380 9CVT Cooler CVR(T),
4140996681993 9CVTEM Fan, Ventilating CVR(T).
The successful Contractor will be required to repair articles as per OEM Specification with an accompanying Certificate of Conformity where required.
The successful Contractor will be required to supply all spares/components necessary to undertake the repair process, subsequent packaging to appropriate Military Packing Levels and the delivery of Articles to the Authority post completion of repair activity will be expected.
The Authority reserves the right to add items of a similar nature to the Contract in its lifetime.
QA standards or equivalent: The Contractor shall hold and maintain a certification to ISO 9001:2008 or equivalent quality accreditation to a correct scope relevant to this requirement.
Expressions of interest will be via a Dynamic Pre-Qualification Questionnaire (DPQQ) linked to this Contract Notice. Only those expressions of interest that fully meet the above criteria and DPQQ shall be considered for Invitation to Tender.
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 Contract 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 place only on the basis that they fully understand and accept his position.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50110000 |
|
|
|
|
|
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 has the potential requirement for the Repair of Radiators and CVR(T) Fans fitted to the Bulldog/CVRT fleet. It is the intention of the Authority to award a Contract with a single Contractor in order to carry out repair activities.
The successful Contractor will be required to repair articles as per OEM Specification with an accompanying Certificate of Conformity where required.
The successful Contractor will be required to supply all spares/components necessary to undertake the repair process, subsequent packaging to appropriate Military Packing Levels and the delivery of Articles to the Authority post completion of repair activity will be expected.
The Repair will include, but not limited to:
Process of Repair:
— Repair: All Articles are to be repaired to A1 condition as per OEM Specification.
— Component Parts: All faulty, damaged or missing component parts that are required to repair the equipment shall be replaced using the current OEM/Genuine manufacturer's parts or to the OEM Specification, as appropriate.
— Replacement parts: The Contractor shall be responsible for the procurement of all replacement parts within the terms and conditions of the contract. When replacement/alternative parts are used because OEM parts are no longer available, Certificates of Conformity are required for all parts which may affect the reliability of the equipment. These certificates shall be made available to the Authority upon request.
— Testing on completion: On completion of the Repair activity, a functional test/inspection shall be carried out on the equipment, in accordance with the OEM Test Specification. All test equipment used is to be provided and maintained by the Contractor.
— The Contractor is to keep records of all visits/survey reports, repair approvals, certificates and costs incurred in the repairs to these equipments. These records must be made available to the Authority as requested.
Expressions of Interest will be via the Dynamic Pre-Qualification Questionnaire (DPQQ) linked to this Contract Notice. Only those expressions of interest that fully meet the above criteria and DPQQ shall be considered for Invitation to Tender.
The announcement of a possible future requirement is not to be taken as confirmation that a Tender/Contract will subsequently be issued.
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 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
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. |
|
352 913869 716 GBP |
II.2.2)
|
Information about optionsIn addition to the 3 year proposed duration, any resulting Contract(s) will have options to extend for up to a further 2 year period. |
|
Provisional timetable for recourse to these options36 |
II.2.3)
|
Information about renewals
|
Section III: Legal, Economic, Financial and Technical Information
|
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
|
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 participate310 |
|
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 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 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.
We reserve the right however, to exclude any company that scores a ‘no answer’ or ‘poor’ answer on any question.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
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
IRM16/1189 - Remanufacture of Radiators and CVR(T) Fans
|
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 20-07-2017
23:59 |
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: SFB3E5VZ3D.
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-2017620-DCB-10469749.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, DSG, Defence Support Group (DSG) |
Building B15, MoD Donnington |
Telford |
TF2 8JT |
UK |
caroline.dunn@babcockinternational.com |
+44 1952673759 |
www.babcockinternational.com |
|
|
|
Body responsible for mediation procedures
Ministry of Defence, DSG, Defence Support Group (DSG) |
Building B15, MoD Donnington |
Telford |
TF2 8JT |
UK |
caroline.dunn@babcockinternational.com |
+44 1952673759 |
www.babcockinternational.com |
|
|
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 20-06-2017 |