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, C&C, Other |
Northwood HQ, Sandy Lane |
Northwood |
HA6 3HP |
UK |
Mr. Arjen Shepherdson |
+44 3067985454 |
defcomrccc-jfc4b@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 authorityCB/PJHQ/300 Operational Support Capability Contract. |
II.1.2)
|
Type of service contract3Main site or location of works, place of delivery or performance
UK |
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)
Business and management consultancy and related services. Business and management consultancy services. Communications infrastructure. Motor vehicles. Motor vehicles for the transport of 10 or more persons. Articulated trucks. Tankers. Crane and dumper trucks. Water-tender vehicles. Refuse-collection vehicles. Sewage tankers. Airport equipment. Baggage-handling equipment. Passenger boarding bridges and stairs for aircraft. Drinking water. Non-drinking water. Waste incinerators. Lifting and handling equipment. Cranes. Laundry washing, dry-cleaning and drying machines. Construction machinery and equipment. Road-surfacing machinery. Modular and portable buildings. Field hospital. Field kitchens. Goods-handling equipment. Works for complete or part construction and civil engineering work. Building construction work. Multi-dwelling buildings construction work. Multi-functional buildings construction work. Ro-Ro terminal construction work. Construction work for buildings relating to various means of transport. Hospital facilities construction work. Military bunker construction work. Military shelter construction work. Trench defences construction work. Road bridge construction work. Erection of aerials. Sewage treatment works. Sewage pumping stations construction work. Pier construction work. Dock construction work. Water-well drilling. Hire of construction and civil engineering machinery and equipment with operator. Hire of cranes with operator. Hire of earthmoving equipment with operator. Facilities management software package and software package suite. Catering services. Hire of passenger transport vehicles with driver. Air-charter services. Water distribution. Drinking-water distribution. Other sources of energy supplies and distribution. Architectural services for buildings. Feasibility study, advisory service, analysis. Electrical services. Business analysis consultancy services. Interpretation services. Supply services of personnel including temporary staff. Sludge disposal services. Operation of a refuse site. Environmental services. Accommodation cleaning services. Disinfecting and exterminating services. CB/PJHQ/300 — High Readiness Partner — Operational Support Capability Contract (OSCC)
The Ministry of Defence (the Authority) has a requirement for a reserve capability for the delivery of support requirements when a capability gap exists between emerging operational requirements and conventional Defence procurement mechanisms. This contract will run from 1.5.2016 to 1.5.2018, with options to extend for a further duration of up to 2 years.
The OSCC is a 2 stage non-exclusive enabling arrangement between PJHQ and a single contracting entity with global reach. It will support critical operational requirements with rapidly available and flexible outputs. Stage 1 is an operational support planning capability with Stage 2 being the delivery capability.
The OSCC will potentially be required at any stage during the Planning, Mounting, Deployment, Sustainment and Re-deployment phases of UK operations. Utilisation is expected to be highest during the Planning, Mounting and Deployment phases. Specific requirements will be raised on a case by case basis.
OSCC will focus on but will not be restricted to 4 Defence Capability sets, namely:
— Infrastructure — planning, design and construction;
— Provision of support services;
— Equipment procurement;
— Personnel/equipment augmentation.
The expenditure against this Contract will be based on usage, therefore the advertised value is not guaranteed. Historical activity, set against the backdrop of operations in Afghanistan, indicate that the current solution generates annual usage in the region of a value of 2 000 000 GBP. However, this does not reflect potential requirements from UK Deference's move to a contingent posture.
The Contract will be let to a List X Company or a Company willing and able to attain List X status.
Following pre-qualification and prior to invitation to tender, the Authority will hold a requirement familiarisation workshop with all pre-qualified potential suppliers.
A Pre-Qualification Questionnaire (PQQ) exercise will form part of the EOI process. 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/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: 393GG75AK7. Please ensure you follow any instruction provided to you here.
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 call +44 800282324.
The deadline for the PPQ response is 23:55, 29.11. 2015.
Potential Suppliers should note that any PQQs received after this time and date will not be considered.
This Contract Notice is not to be construed as confirmation that a tender/contract will subsequently be issued; announcements are for information only. Any expenditure, work or effort undertaken prior to contract award will be at the Supplier's own risk.
Further details of this requirement can be obtained from Defence Contracts online (www.contracts.mod.uk).
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
79400000 |
|
|
|
|
|
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 scopeThis Contract is not separated into lots. It is anticipated to be let for 2 years, with options to extend for a further 2 years.
Value is an estimate only, and may be significantly more or less than stated, depending on contract usage. |
|
18 000 000 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 1-5-2016 30-4-2018 |
Section III: Legal, Economic, Financial and Technical Information
|
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 participate46 |
|
|
Objective criteria for choosing the limited number of candidates
Subject to pre-qualification status.
|
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
CB/PJHQ/300
|
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 29-11-2015
23:55 |
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
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
Please copy the following text into your contract notice. This will provide suppliers with the appropriate instruction to respond when you advertise this opportunity.
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/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: 393GG75AK7. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 29.11.2015, 23:55. 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 +44 800282324. GO Reference: GO-20151030-DCB-7263598.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, C&C, Other |
Northwood HQ, Sandy Lane |
Northwood |
HA6 3HP |
UK |
defcomrclcc-jfc4b@mod.uk |
+44 3067985454 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, C&C, Other |
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence, C&C, Other |
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 02-11-2015 |