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 Equipment Systems (MES) Team |
Ash 2C, Mailpoint 3211 |
Bristol |
BS34 8JH |
UK |
Katie Davis |
+44 3067983831 |
desshipscomrcl-mps-ci-gss@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 authorityShips Watertight, Ingress, Egress and Escape Equipment (SWIEEE) future support contract. e.g Watertight/Non Watertight/Gastight Doors, Hatches and Escape Scuttles. |
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 agreement84 |
|
Justification for a framework agreement the duration of which exceeds seven years
In line with DSPCR 2011.
|
|
Estimated total value of purchases for the entire duration of the framework agreement8 900 000GBP |
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Parts for warships. Defence Equipment and Support (DE&S), Maritime Equipment Systems (MES) has a requirement for the future supply of new manufactured equipment spares, equipment repair services and provision of technical services for a wide and disparate range of SWIEEE equipment used on-board UK Royal Navy Shipping. This requirement will cover complex equipment and its furniture. It will require the successful candidate to clearly demonstrate sufficient capability, proficiency and experience in the applicable fields of; equipment spares supply, equipment repairs (including overhaul and refurbishment), providing post design and specialist technical services, setting equipment to work, testing and if applicable commissioning of all SWIEEE systems associated with this maritime equipment. This could at times include the requirements associated with the management of Low Magnetic Equipment (Defence Standard 02-617 and Defence Standard 02-612) and may include SWIEEE related Defence Standards including: Defence Standard 02-127 and Defence Standard 02-177. There may also be a requirement (where applicable) to supply equipment In Accordance with the Lloyds Register rules and regulations for the classification of Naval ships. This requirement will include survey, testing and assurance activities from a (authority authorised and generated only) third party accredited body.
|
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 scopeThe SWIEEE future equipment spares and technical services enabling contract will comprise of 1 Lot of master equipment, holding multiple Lot Bins of sub-equipment (Permanent/limited, consumable), see supporting document to PQQ. Bids by competent suppliers shall be made against this single Lot of equipment. |
|
8 900 000 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.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;
Please provide the most recent 2 years audited accounts or equivalent. This information will be sought through a formal Pre-Qualification Questionnaire.
The estimated annual contract value is 1 275 000 GBP. If the estimated annual contract value 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 judgement 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 sort 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 participate310 |
|
|
Objective criteria for choosing the limited number of candidates
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 in Sections III.2.2) and III.2.3) of this Contract Notice.
Any PQQ response that receives a score of 0 or 1 or a ‘Fail’ will not be invited to tender. Also, an overall PQQ pass mark of 65 % or above is required in order to be invited to tender. The Authority reserves the right to amend the overall pass mark accordingly to maintain competition if the minimum number of bidders do not achieve the required pass mark.
|
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
MES/21415
|
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 11-12-2015
17:00 |
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
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: QYHQSBHJ9Q.
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-20151110-DCB-7305398.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Ships, Maritime Equipment Systems (MES) Team |
Ash 2c, Mail Point #3214 |
Bristol |
BS348JH |
UK |
desshipscomrcl-mps-ci-gss@mod.uk |
+44 3067983831 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Equipment Systems (MES) Team |
Ash 2c, Mail point #3214 |
Bristol |
BS348JH |
UK |
desshipscomrcl-mps-ci-gss@mod.uk |
+44 3067983831 |
|
|
|
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 Equipment Systems (MES) Team |
Ash 2c, Mail Point #3214 |
Bristol |
BS348JH |
UK |
desshipscomrcl-mps-ci-gss@mod.uk |
+44 3067983831 |
|
|
|
VI.5)
|
Dispatch date of this Notice 10-11-2015 |