CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Overseas Prime Contract - Germany & Wider Europe |
65 brown St |
Glasgow |
G28EX |
UK |
Andrew Jameson
|
+44 1412248246 |
DIOComrcl-OPC@mod.gov.uk |
|
https://www.gov.uk/government/organisations/defence-infrastructure-organisation
|
|
|
|

 |
|

 |
|

 |
|
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 authorityOverseas Prime Contract - Total Facilities Management in Germany and Wider Europe |
II.1.2)
|
Type of service contract26Main site or location of works, place of delivery or performance
Germany, Italy DE |
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)
Facilities management services. Boiler installations. Fire extinguishers. Construction work. Building construction work. Construction work for multi-dwelling buildings and individual houses. Building demolition and wrecking work and earthmoving work. Demolition, site preparation and clearance work. Demolition work. Ground-drainage work. Site-development work. Dismantling works for military installations. Landscaping work. Landscaping work for sports grounds and recreational areas. Landscaping work for roads and motorways. Works for complete or part construction and civil engineering work. Construction work for buildings relating to water transport. Construction work for buildings relating to law and order or emergency services and for military buildings. Construction work for military buildings and installations. Engineering works and construction works. Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork. Construction work for pipelines, communication and power lines. Works related to water-distribution pipelines. Sewerage work. Drainage and surface works. Construction work for water projects. Construction work for waterways. Waterways except canals. Electricity supply installations. Repair and maintenance services. Repair and maintenance services of boilers. Repair and maintenance services of building installations. Repair and maintenance services of central heating. Waterway operation services. Water distribution and related services. Drinking-water distribution. Operation of water supplies. Electricity distribution and related services. Housing services. Consultative engineering and construction services. Energy and related services. Building services. Building-inspection services. Technical services. Construction-related services. Technical inspection services. Machinery-inspection services. Technical building-inspection services. Project management consultancy services. Help-desk and support services. Facilities management services involving computer operation. Administrative housing services. Tree pruning and hedge trimming. Interior decorating services. Building and facilities management services. Specialist training services. Refuse and waste related services. Street-cleaning and sweeping services. Accommodation, building and window cleaning services. Services furnished by business, professional and specialist organisations. Cleaning services. Bakery products. Machinery or apparatus for leisure equipment. Hotel services. Canteen services. Bar management services. Canteen and other restricted-clientele cafeteria services. Catering services for transport enterprises. Mail transport by road. Storage and warehousing services. Travel management services. Electronic data exchange services. Administration services. Retail trade services. Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products. Kitchen furniture and equipment. Miscellaneous furniture and equipment. Carpets. Recreational, cultural and sporting services. Lift-maintenance services. The Authority is seeking to appoint a suitably qualified provider for the Total Facilities Management (TFM) of the Ministry of Defence (MoD) European estate predominantly in Germany, Italy and in wider Europe, with the aim of adopting a standard approach to Facilities Management across Europe.
The MOD’s estate is diverse and supports a wide range of military outputs and Defence capabilities. These include Army barracks, a range of technical buildings including workshops, storage hangars, and Motor Transport (MT) facilities, communication facilities, munitions storage facilities, schools, office facilities, a community centre, training areas, alpine lodges and housing which are collectively called “the Establishment”. The value of the core and additional services is EUR 172 - EUR 281 million over 10 years.
There is a costed option to add TFM of assets in Norway, with a total value of EUR 1.5-2.5 million over 10 years.
There is an option to add further Estate assets across Europe. Due to the nature of the changing Estate and response to operations the assets across Europe are subject to change and the current estimated value of this option is EUR 36.5-59.5 million over 10 years.
Potential Providers will also manage and maintain a single point of contact Intelligent Helpdesk.
There may be a requirement to provide Hard FM (HFM) surge activities and support within the Germany Establishments. There may also be a requirement to provide HFM support to Deployed Operational Areas outside Germany.
Potential Providers are encouraged to note that the core requirement (Germany and Italy Estates) is predominantly for the provision of HFM with minimal Soft FM. Soft FM may be undertaken in Norway should the costed option for TFM be taken.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
79993100 |
|
|
|
|
|
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 Authority is seeking to appoint a suitably qualified provider for the Total Facilities Management (TFM) of the Ministry of Defence (MoD) European estate predominantly in Germany, Italy and in wider Europe, with the aim of adopting a standard approach to Facilities Management across Europe.
The MOD’s estate is diverse and supports a wide range of military outputs and Defence capabilities. These include Army barracks, a range of technical buildings including workshops, storage hangars, and Motor Transport (MT) facilities, communication facilities, munitions storage facilities, schools, office facilities, a community centre, training areas, alpine lodges and housing which are collectively called “the Establishment”. The value of the core and additional services is EUR 172 - EUR 281 million over 10 years.
There is a costed option to add TFM of assets in Norway, with a total value of EUR 1.5-2.5 million over 10 years.
There is an option to add further Estate assets across Europe. Due to the nature of the changing Estate and response to operations the assets across Europe are subject to change and the current estimated value of this option is EUR 36.5-59.5 million over 10 years.
Potential Providers will also manage and maintain a single point of contact Intelligent Helpdesk.
There may be a requirement to provide Hard FM (HFM) surge activities and support within the Germany Establishments. There may also be a requirement to provide HFM support to Deployed Operational Areas outside Germany.
Potential Providers are encouraged to note that the core requirement (Germany and Italy Estates) is predominantly for the provision of HFM with minimal Soft FM. Soft FM may be undertaken in Norway should the costed option for TFM be taken. |
|
211 000 000344 000 000 EUR |
II.2.2)
|
Information about optionsIn addition to the 7 year core range of services (EUR 93-152 million), there is scope for optional core contract extensions for up to a further three years with an envisaged value range between EUR 44-71 million. There is also scope for additional services and over 10 years the envisaged value range is between EUR 36-59 million.
The Norway option is valued at EUR 1.5-2.5 million over 10 years.
The Wider Europe option is valued at EUR 36.5-59.5 million over 10 years (including core and additional services).
Contract period 84 months in total includes 7 contract years (6 months mobilisation then 78 months operation) plus optional 36 months in accordance with Contract Terms and Conditions.
PP's should note that the start and completion dates at II.1.3 Duration of the Contract or Time-limit for Completion below are set to align with the current contract end dates which may be subject to change. |
|
Provisional timetable for recourse to these options84 |
II.2.3)
|
Information about renewals
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Parent company guarantees will be required if applicable.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
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 into the contract. The information sought within the PQQ must be provided for each of the consortium's constituent members, gathered together in a single response.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
Those PPs who are successful at PQQ will be required to obtain Baseline Personnel Security Standard (BPSS) clearance for their ITN bid personnel prior to issue of the ITN. If BPSS is unattainable the PPs staff will not be able to work on this contract. PPs will require at least one member of staff with BPSS clearance to gain access to tender documentation. Further, any PP staff who wish to participate in the site visit programme will require BPSS clearance.
The Authority will sponsor BPSS clearance for up to five staff members of each company selected to proceed to the Invitation to Negotiate stage. 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 information (e.g. Security Aspect 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
|
III.1.5)
|
Information about security clearance
25-01-2021
|
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
|
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;
(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and:
(i) the dates on which the goods were sold or the services provided;
(ii) the consideration received;
(iii) the identity of the person to whom the goods were sold or the service were provided;
(iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and
(v) where - (a)that person was not a contracting authority, and (b) the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided.
(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.
(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and:
(i) if any, those of the economic operator's managerial staff; and
(ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract.
(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).
This information will be sought through a formal Pre-Qualification Questionnaire and at any subsequent Invitation to Negotiate Stage.
To be provided in Pre-Qualification Questionnaire and ITN as appropriate.
Subcontractors should complete the Mandatory sections of the PQQ.
To be provided in Pre-Qualification Questionnaire and ITN as appropriate.
|
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? Yes |
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
PP's must not fail any pass/fail mandated core questions.
For scored technical questions, the pass mark is 50 %. Each question must score a minimum of 50 % of the available score.
Should the PP score less than 50 % on any individual question, they will not progress to the next stage.
A maximum of 6 highest scoring PPs will be invited to the ITN stage. Should sixth and seventh etc highest scores be equal, both PPs will be invited.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
 |
|
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
OPC GWE
|
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 02-12-2020
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 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
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Low, Reference – RAR-KZEQ5NX2.
An online Industry Day is planned for Monday 9 November 2020. Should you wish to join then please email DIOComrcl-OPC@mod.gov.uk by 15:00 on Wednesday 4 November 2020. Clarification Questions on the requirement can be submitted to DIOComrcl-OPC@mod.gov.uk no later than 12:00 hours on Wednesday 18 November 2020.
The Authority is supported by external service providers. These companies are regarded as integral parts of the project team and will therefore have access to a variety of both internal data and Tenderer information. The Authority reserves the right to engage from time to time with other external advisers as it considers necessary. The advisers currently appointed are:
Commerce Decision Ltd - AWARD Software
Insurance Advisers - (Willis)
Legal Services - (Mills and Reeve)
For the down selected PP’s the Authority is planning to run an opportunity to attend site visits.
The site visits are subject to cancellation at the Authority’s discretion potentially with short notice. Only personnel with BPSS or higher clearance will be allowed to attend. This is at the discretion of the Authority and subject to local site procedures.
Due to the changing nature of operating requirements Estate assets are subject to change.
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: VR3F8W3RC3.
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 0800 282 324.
GO Reference: GO-20201029-DCB-17294711
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO) |
|
Glasgow |
|
UK |
diocomrcl-opc@mod.gov.uk |
+44 1412248233 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence |
|
Glasgow |
|
UK |
diocomrcl-opc@mod.gov.uk |
+44 1412248233 |
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO) |
|
Glasgow |
|
UK |
diocomrcl-opc@mod.gov.uk |
+141 2248233 |
|
|
|
VI.5)
|
Dispatch date of this Notice 29-10-2020 |