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) |
Ash 2c #3214, MOD Abbey Wood South |
Bristol |
BS34 8JH |
UK |
Paul Denning |
+44 3067939053 |
DESShipsComrcl-MPS-CI-EDS@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 authoritySpares Inclusive Upkeep: In-Service Support of Submarine Propulsion Systems and Ship/Submarine Coolers. |
II.1.2)
|
Type of service contract3Main site or location of works, place of delivery or performance
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 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 agreement10 000 00020 000 000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Parts for warships. Engineering support services. Technical support services. Parts for warships. Engineering Support Services. Technical Support Services. Submarine Propulsion Systems and Ship/Submarine Coolers are utilised in a variety of forms on A, T and V Boats, and Surface Ships. The Maritime Equipment Systems (MES) Transmissions, Steam and Fuels Group (TSF) is planning to enhance the existing effectiveness and efficiency of the equipment management role and support solutions to deliver improved performance and Value for Defence through combining support requirements for several equipments/systems.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
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 scopeA Framework Agreement will be let with Industry for a duration of 3 years, with a possible 1 year extension, to cover the management and supply of new manufactured equipments (permanent and consumable class equipment spares), the provision of equipment repairs to permanent equipments, both associated with the following Master Equipments and IMC ranges. In addition there will be a requirement for supply of suitably experienced and technically trained specialist support services from industry in order to support the serviceability of the equipments. The Master Equipments and MOD Inventory Management Codes (IMCs) are:
— G001
— G002
— G004
— G007
— G801
— Aux Steam Valves
— Bellows Seal Valves
— Main Steam Valves
— Main Turbines
— Steam and Feed Ancillary
— Turbo Generators
— Ship/Submarine Coolers
Industry will be required to work alongside MES, TSF Group who has autonomy in its role as the Equipment Authority and Design Authority. MES, TSF Group will define and maintain long term strategic requirements for the systems and equipments and maintain a MOD focus for the equipment safety and system knowledge. Industry, as providers of technical advice, shall be professionally competent and resourced to undertake support to MES safety reviews and to ensure that safety and environmental protection is not compromised by implementing (or failing to implement) where required: design changes, modifications, updates or upgrades.
An indicative list of requirements and a draft Statement of Support Requirements (SOSR) can be found in the Supporting Documents section to the PQQ. These documents are in draft form and will be revised and updated prior to issue of the ITT. |
|
10 000 00020 000 000 GBP |
II.2.2)
|
Information about options |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals
|
II.3)
|
Duration of the contract or limit for completion 1-12-2016 30-11-2019 |
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 satisfactory delivery and acceptance of the goods and/or services and be made electronically via Purchase to Payment (P2P).
|
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
|
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.
DEFCON 697: Contractors on Deployed Operations (CONDO) may apply.
DEFCON 608: Access and Facilities to be provided by the Contractor may apply.
DEFCON 660: Official-Sensitive Security Requirements may apply.
|
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.
A signed Declaration of Good Standing shall be provided at Pre-Qualification.
|
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.
If the estimated annual contract value of approximately 3 750 000 GBP ex VAT is greater than 40% of the potential supplier's turnover, the Authority reserves the right to exclude the potential supplier from being selected to tender except where the potential supplier provides evidence, to the satisfaction of the Authority, showing it has sufficient economic and financial capability. Such evidence may include:
1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
2) a statement confirming that the potential supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the potential supplier's financial status. An overall pass/fail judgement will be made after consideration of 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
This information is being sought through an associated Pre-Qualification Questionnaire.
|
III.2.4)
|
Reserved contracts
 |
|
 |
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?
|
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 participate26 |
|
|
Objective criteria for choosing the limited number of candidates
Potential 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. Please follow any instruction provided to you.
The deadline for submitting your response is 8.4.2016 8:00. Please ensure you allow yourself plenty of time, prior to the closing date and time, when responding to this invitation, especially if you have been requested 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
Interested suppliers are required to complete the Dynamic PQQ to provide information that allows the Authority to evaluate the potential supplier's capabilities and capacities against the selection criteria set out in Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.
The Authority will use the Dynamic 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 in Sections III.2.2) and III.2.3) of this Contract Notice.
Full details of the methodology to be utilised for selecting tenderers are set out in the Help Text Box of the Dynamic PQQ.
The Access Code for this requirement is 5W4488789D.
|
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
MPS/027
|
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 08-04-2016
08:00 |
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, 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
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: 5W4488789D.
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-201639-DCB-7871331.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 09-03-2016 |