Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CB/PJHQ/300 Operational Support Capability Contract.

  • First published: 05 November 2015
  • Last modified: 05 November 2015
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Unknown...
Authority ID:
AA45933
Publication date:
05 November 2015
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

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





Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

CB/PJHQ/300 Operational Support Capability Contract.

II.1.2)

Type of service contract

3

Main site or location of works, place of delivery or performance


UK

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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
79410000
32571000
34100000
34120000
34133000
34133100
34142000
34144212
34144511
34144520
34960000
34961100
34969000
41110000
41120000
42320000
42410000
42414100
42716000
43300000
43312000
44211100
44211300
44211400
44423300
45200000
45210000
45211340
45211350
45213342
45213350
45215140
45216220
45216230
45216250
45221111
45232330
45232421
45232423
45241300
45241400
45262220
45500000
45510000
45520000
48420000
55520000
60170000
60423000
65110000
65111000
65400000
71221000
71241000
71314100
72221000
79540000
79620000
90513900
90530000
90700000
90911100
90921000

II.1.7)

Information about subcontracting

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

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 scope

This 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


Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

46

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

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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

Coding

Commodity categories

ID Title Parent category
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
60423000 Air-charter services Non-scheduled air transport services
34960000 Airport equipment Miscellaneous transport equipment and spare parts
71221000 Architectural services for buildings Architectural design services
34133000 Articulated trucks Motor vehicles for the transport of goods
34961100 Baggage-handling equipment Baggage-handling system
45210000 Building construction work Works for complete or part construction and civil engineering work
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
55520000 Catering services Canteen and catering services
32571000 Communications infrastructure Communications equipment
43300000 Construction machinery and equipment Machinery for mining, quarrying, construction equipment
45213350 Construction work for buildings relating to various means of transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
34142000 Crane and dumper trucks Heavy-duty motor vehicles
42414100 Cranes Cranes, mobile lifting frames and works trucks fitted with a crane
90921000 Disinfecting and exterminating services Facility related sanitation services
45241400 Dock construction work Harbour construction works
41110000 Drinking water Natural water
65111000 Drinking-water distribution Water distribution
71314100 Electrical services Energy and related services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
45232330 Erection of aerials Ancillary works for pipelines and cables
48420000 Facilities management software package and software package suite Business transaction and personal business software package
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
44211300 Field hospital Prefabricated buildings
44211400 Field kitchens Prefabricated buildings
44423300 Goods-handling equipment Miscellaneous articles
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
45510000 Hire of cranes with operator Hire of construction and civil engineering machinery and equipment with operator
45520000 Hire of earthmoving equipment with operator Hire of construction and civil engineering machinery and equipment with operator
60170000 Hire of passenger transport vehicles with driver Road transport services
45215140 Hospital facilities construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
79540000 Interpretation services Office-support services
42716000 Laundry washing, dry-cleaning and drying machines Machinery for textiles
42410000 Lifting and handling equipment Lifting and handling equipment and parts
45216220 Military bunker construction work Construction work for buildings relating to law and order or emergency services and for military buildings
45216230 Military shelter construction work Construction work for buildings relating to law and order or emergency services and for military buildings
44211100 Modular and portable buildings Prefabricated buildings
34100000 Motor vehicles Transport equipment and auxiliary products to transportation
34120000 Motor vehicles for the transport of 10 or more persons Motor vehicles
45211340 Multi-dwelling buildings construction work Construction work for multi-dwelling buildings and individual houses
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
41120000 Non-drinking water Natural water
90530000 Operation of a refuse site Refuse and waste related services
65400000 Other sources of energy supplies and distribution Public utilities
34969000 Passenger boarding bridges and stairs for aircraft Airport equipment
45241300 Pier construction work Harbour construction works
34144511 Refuse-collection vehicles Special-purpose motor vehicles
45221111 Road bridge construction work Construction work for bridges and tunnels, shafts and subways
43312000 Road-surfacing machinery Civil engineering machinery
45213342 Ro-ro terminal construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45232423 Sewage pumping stations construction work Ancillary works for pipelines and cables
34144520 Sewage tankers Special-purpose motor vehicles
45232421 Sewage treatment works Ancillary works for pipelines and cables
90513900 Sludge disposal services Non-hazardous refuse and waste treatment and disposal services
79620000 Supply services of personnel including temporary staff Recruitment services
34133100 Tankers Articulated trucks
45216250 Trench defences construction work Construction work for buildings relating to law and order or emergency services and for military buildings
42320000 Waste incinerators Industrial or laboratory furnaces, incinerators and ovens
65110000 Water distribution Water distribution and related services
34144212 Water-tender vehicles Special-purpose motor vehicles
45262220 Water-well drilling Special trade construction works other than roof works
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.