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 Team |
Ash 2c #3214, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
DE&S Ships Commercial Maritime Platform Systems
Emma Harding |
+44 3067988143 |
navyengspt-sipconcvr1@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 authoritySupply Maritime Equipment Consumables. |
II.1.2)
|
Type of supplies contract
 |
|
 |
|
 |
|
 |
|
 |
|
Main 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 agreement7 |
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement78 000 000135 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. Electronic and electrical spare parts for warships. Supply of a range of consumable parts (approximately 11 000) that support equipment, systems or platforms for Royal Navy and Royal Fleet Auxiliary ships and submarines. The requirement has been split in to 6 lots:
(1) Fasteners, Cables, Ropes, Straps, Mounts and Brackets;
(2) Electrical Articles;
(3) Valves, Gaskets and Seals;
(4) Tubes and Pipe work;
(5) Motors, Pistons, Pumps, Controls, brakes and Clutches;
(6) Ancillary Articles to support equipment's used on or with Naval Vessels.
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: D566RNK29J. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 9.12.2015 17:00. 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.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
 |
|
 |
|
 |
|
 |
|
 |
|
|
II.1.8)
|
Division into lots Yes
 |
|
 |
|
 |
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeUp to six framework agreements will be let covering the six lots. The Contractor(s) will be responsible for supplying part demanded by the Authority, as and when required, within the agreed lead times. Proposals may be submitted for one or more lots. Responses to the PQQ should make clear what lots companies are interested in. The Contract(s) will also cover obsolescence management which will include identification of obsolete parts, identification of suitable replacements and Authority agreement to the replacement. 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 etc. 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. |
|
100 000 000250 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 completion84 |
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 on delivery 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
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering in to the Contract.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
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 (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 three 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.
The estimated annual contract value of all the lots is between approximately 11 100 000 and 19 300 000 GBP. If the estimated annual contract value (i.e. the estimated annual value of the number of Lots suppliers intend to bid for) is greater than 40 % of the supplier's turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include:
(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier's financial status. An overall pass / fail judgment will be made after considering 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 will be utilised as part of this process.
|
III.2.3)
|
Technical and/or professional capacity
This information will be sought through a Pre Qualification Questionnaire.
|
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 participate36 |
|
|
Objective criteria for choosing the limited number of candidates
The maximum number of companies to be invited to tender applies to each lot. 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.
Any PQQ response that receives a score below 2 or a fail on any question in part 2 of the PQQ will not be invited to tender.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
 |
|
|
IV.2)
|
Award Criteria
|
|
Yes
|
|
|
|
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
MPS/001
|
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 09-12-2015 |
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
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: D566RNK29J.
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 +44 800282324.
GO Reference: GO-2015119-DCB-7301698.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
Ash 2c #3214, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
navyengspt-sipconcvr1@mod.uk |
+44 3067986687 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Platform Systems Team |
|
|
|
|
|
|
|
|
|
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 Team |
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 09-11-2015 |
|
ANNEX B
Information About Lots
|
| 1
Fasteners, Cables, Ropes, Straps, Mounts and Brackets |
1)
|
Short Description
Lot 1 supply of following consumable articles Fasteners, Cables, Ropes, Straps, Mounts and Brackets;
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
3)
|
Quantity or scope
14 000 00025 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 2
Electrical Articles |
1)
|
Short Description
Lot 2 supply of following consumable articles Electrical Articles.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35522000 |
|
|
|
|
|
3)
|
Quantity or scope
7 000 00013 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 3
Valves, Gaskets and Seals |
1)
|
Short Description
Lot 3 supply of following consumable articles Valves, Gaskets and Seals.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
3)
|
Quantity or scope
16 000 00027 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 4
Tubes and Pipe work |
1)
|
Short Description
Lot 4 supply of following consumable articles Tubes and Pipe work.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
3)
|
Quantity or scope
10 000 00018 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 5
Motors, Pistons, Pumps, Controls, Brakes and Clutches |
1)
|
Short Description
Lot 5 supply of following consumable articles Motors, Pistons, Pumps, Controls, Brakes and Clutches.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
3)
|
Quantity or scope
12 000 00020 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 6
Ancillary Articles to support equipment's used on or with Naval Vessels |
1)
|
Short Description
Lot 6 supply of following consumable Ancillary Articles to support equipment's used on or with Naval Vessels.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
3)
|
Quantity or scope
19 000 00032 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|