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 Combat Systems (MCS) Team |
MOD Abbey Wood, NH3 #3133, Birch 1A |
Bristol |
BS34 8JH |
UK |
Richard Bell
|
+44 3067938219 |
Richard.Bell126@mod.gov.uk |
|
https://des.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 authorityUEW/016: Asset Availability Service for Seafox Mine Disposal System |
II.1.2)
|
Type of service contract3Main 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)
Unmanned underwater vehicles. To replace the existing contract for the provision and support of the Seafox Mine Disposal System (MDS). On expiry, through competition, and place a new contract to satisfy the Authority’s requirements for an asset availability service of Seafox MDS for a duration of up to 5 years.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35512400 |
|
|
|
|
|
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 scopeUEW/016: asset availability service support of Seafox Mine Disposal System.
1) Summary of strategy.
The underwater electronic warfare delivery team which forms part of maritime combat systems within defence equipment and support is considering negotiating a contract for the provision and support of the Seafox Mine Disposal System (MDS).
The Authority is currently contracted with a single Contractor to fulfil the enduring support solution for the Seafox MDS in both the UK and in support of operations overseas.
The strategy is to replace the existing contract on expiry, through competition, and place a new contract to satisfy the Authority’s requirements for an asset availability serviceof Seafox MDS for a duration of up to 5 years. Support of the Seafox capability requires a licence from Atlas Elektronik GmbH, who are the Original Equipment Manufacturer (OEM) for Seafox MDS to undertake the full scope of work within the UK. Potential tenders must demonstrate that they will hold the relevant licence, issued from the OEM for the unrestricted use for the full duration of the contracting period.
2) Summary of requirements/description of work and scope.
The requirement under UEW/016 is for an asset availability service style contract for the in-service support of Seafox MDS. The Seafox MDS includes:
(a) training vehicles.;
(b) inspection vehicles;
(c) combat vehicles.
The asset availability service of Seafox MDS shall include:
(a) maintenance of Seafox stores to meet equipment availability targets;
(b) supply chain management;
(c) munitions storage – supply chain, storage, disposal, maintenance and transport movement within the UK;
(d) project management;
(e) quality management;
(f) risk management;
(g) software management;
(h) safety and environmental management;
(i) configuration management;
(j) reference equipment management;
(k) maintenance management;
(l) spares provisioning and repair process management;
(m) technical support;
(n) reporting;
(o) continuous improvement;
(p) a costed option to include a synthetic trainer;
(q) a costed option to include level 2 maintainer course;
(r) a costed option to include the purchase of additional training vehicles.
The contractor may identify opportunities to implement technical/capability improvements to the Seafox MDS. This may include improvements to the operation of the Seafox capability, serviceability and interoperability with other nations’ Equipments (Seafox MDS). Tenders may identify opportunities for improvments to the Seafox MDS as part of their proposals.
The contract duration shall be for 2-years with the option to extend in 1-year increments up to a maximum of 5-years. The expected total value of this requirement, including options and supply chain activity is 25 000 000 GBP excluding VAT.
3) Process.
Contractors interested in this requirement should complete the Dynamic Pre-Qualifying Questionnaire (DPQQ) linked to this advertisement.
A maximum of 6 suppliers will be invited to tender, these shall be those suppliers who have provided the 6 highest scoring compliant DPQQs.
Full details of the requirement will be released with the invitation to negotiate.
The requirement is classified up to official sensitive.
Following an initial tender evaluation, the 3 highest scoring tenders will be invited to negotiate. Tenders will then be requested to revise and confirm their proposals to address issues discussed at negotiation. Full details of the tender evaluation will be issued with the ITN.
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 https://www.contracts.mod.uk/delta. 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: 5X3T83N5MF. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 31.5.2019 12:00 BST. Please 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 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 call 0800 282 324. |
|
25 000 000 GBP |
II.2.2)
|
Information about optionsA costed option to include a synthetic trainer.
A costed option to include Level 2 maintainer course.
A costed option to include the purchase of additional training vehicles.
The contract duration shall be for 2-years with the option to extend in 1-year increments up to a maximum of 5-years. |
|
Provisional timetable for recourse to these options
|
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
(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.
Further information found in DPQQ Guidance Document.
Further information found in DPQQ Guidance Document.
|
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;
(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.
(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;
(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;
(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:
(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).
Further information found in DPQQ Guidance Document.
Further information found in DPQQ Guidance Document.
|
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? No |
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
A maximum of 6 suppliers will be invited to tender, these shall be those suppliers who have provided the 6 highest scoring compliant DPQQs.
|
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
UEW/016
|
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 31-05-2019
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 GO Reference: GO-2019430-DCB-14849787
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team |
|
Bristol |
BS34 8JH |
UK |
Richard.Bell126@mod.gov.uk |
+44 3067938219 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team |
|
Bristol |
|
UK |
Richard.Bell126@mod.gov.uk |
+44 3067938219 |
|
|
|
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 Combat Systems (MCS) Team |
|
Bristol |
|
UK |
Richard.Bell126@mod.gov.uk |
+44 3067938219 |
|
|
|
VI.5)
|
Dispatch date of this Notice 30-04-2019 |