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 (MPS) |
DE&S, ASH 2C #3214, Abbeywood, Filton |
Bristol |
BS34 8JH |
UK |
Kim Morgan |
+44 3067933673 |
desshipscomrcl-mps-ci-pes@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 authorityIn Service Support for Propulsor Systems. |
II.1.2)
|
Type of service contract3Main 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 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 agreement10 000 00020 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. Engineering support services. Technical support services. Propulsor Equipment is utilised in a variety of forms on 2 x LPD, 15 x MCMV, 10 x LCU and training establishments. Its main purpose is for propulsion of the platform in its larger form i.e. Voith Propulsor units and Ships Pump Jet Propulsor units and increased maneuverability during complex maneuvering in its smaller forms i.e. Ships Bow Thruster Propulsor units.
The Maritime Equipment Systems (MES) Transmissions, Steam and Fuels (TSF) Group, of which the Transmission Shafting section (TSF2) is part, is planning to enhance the effectiveness and efficiency of the equipment management role and support solutions to deliver improved performance and value for Defence through combining its in-service support requirements for propulsor and designated elements of ships fit equipment. There will be 3 lots available i.e. for Voith Propulsor units, Ships Bow Thruster Propulsor units and Ships Pump Jet Propulsor units. Proposals can be offered against 1, 2 or all 3 of the lots, each will be assessed individually, however savings would be expected to be defined where a bid is made against more than 1 lot.
Interested suppliers must clearly indicate at PQQ stage which lot (or lots) they intend to submit proposals for.
|
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 scopeThis requirement covers the supply of new manufactured equipments (Permanent and Consumable class equipment spares), the provision of equipment repairs to permanent and limited class equipments and the supply of suitably experienced and technically trained specialist support services from industry in order to support the serviceability of propulsors equipment sponsored by MES-TSF. These equipments fall within the following MoD Inventory Management Code (IMCs):
— IMC Description.
— E913 Low Magnetic Items.
— E207 Voith.
— E208 Bow Thrusters.
— E209 Waterjets / pumps.
Up to three framework agreements will be let covering the requirements of three Lots (defined below). Industry will be required to work alongside MES who has autonomy in the execution of its role as the Equipment Authority and Design Authority. MES will define and maintain long term strategic requirements for the systems and equipment and maintain a MOD focus for equipment safety and system knowledge. Industry, as providers of Technical Advice, shall be professionally competent and resourced to undertake support to MES safety reviews and to ensure that safety and environmental protection is not compromised by implementing (or failing to implement) where required; design changes, modifications, updates or upgrades.
A draft list of Spares with estimated quantities and a draft Statement Of Support Requirements (SOSR) can be found in a supporting document to the PQQ. These documents are in draft form and may be revised and updated prior to issue of the ITT. Proposals may be submitted for one or more Lots. Responses to the PQQ should make it clear which Lots companies are interested in submitting proposals for.
There is no guarantee that any contract will be put in place in relation to this notice. |
|
10 000 00020 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 will follow delivery and acceptance of the goods or services 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 into the contract.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.
DEFCON 697: Contractors on Deployed Operations — may apply.
DEFCON 659: Security Measures — may apply.
DEFCON 608: Access And Facilities To Be Provided By The Contractor — may apply.
|
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.
A declaration of good standing is to be provided at Pre Qualification Questionnaire.
|
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 Lots is 1 600 000 GBP - approximately apportioned across Lots as follows: Lot 1 = 60 %, Lot 2 = 20 % and Lot 3 = 20 %. If the total estimated annual contract value of all Lots bid for by a supplier 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.
Information to be provided at Pre Qualification Questionnaire.
|
III.2.3)
|
Technical and/or professional capacity
This information will be sought through a Pre Qualification Questionnaire.
|
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?
|
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 suppliers to be invited to tender applies to each Lot.
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 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.
follow any instruction provided to you.
The deadline for submitting your response(s) is 16.11.2015 12:00. 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
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.
Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.
The access code for this requirement is: N6598JRT9J.
|
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
MPS/002
|
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 16-11-2015
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, and the contract will be awarded on the basis of the most economically advantageous tender. 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 April 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: N6598JRT9J.
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-20151015-DCB-7195198.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
|
|
|
|
|
|
|
|
|
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 (MPS) |
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 15-10-2015 |
|
ANNEX B
Information About Lots
|
| 1
Voith Propulsor Units |
1)
|
Short Description
Lot 1 (SIU): Voith Propulsor Units.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
3)
|
Quantity or scope
Platforms: Sandown (SRMH).
7 000 000
GBP.
|
4)
|
Indication about different contract dates84 |
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 2
Bow Thruster Propulsor Units |
1)
|
Short Description
Lot 2 (SIU): Bow Thruster Propulsor Units.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
3)
|
Quantity or scope
Platforms: LPD, MCMV, LCU.
2 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 3
Pump Jet Propulsor Units |
1)
|
Short Description
Lot 3 (SIU): Pump Jet Propulsor Units.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35520000 |
|
|
|
|
|
3)
|
Quantity or scope
Platforms: LCU.
2 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|