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 |
Ships Support Agency, Birch 2b#3229, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
Mrs J Holley |
+44 117936662 |
desshipscomrcl-ssa-1a@mod.uk |
+44 1179136910 |
|
|
|
|

 |
|

 |
|

 |
|
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 authorityPurchase of Unmanned Underwater Vehicles. |
II.1.2)
|
Type of supplies contract
 |
|
 |
|
 |
|
 |
|
 |
|
Main site or location of works, place of delivery or performance
UKK1 |
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)
Unmanned Underwater Vehicles. Side Scan Sonar possibly including bathymetric capability
— Conductivity and Temperature Sensors,
— Weight limit of 45 kg,
— Length not to exceed 2 400 mm,
— Operating depth to at least 100 m,
— Endurance (at cruise) >10 hrs,
— Processor capability of dual core 1.6 GHz, capable of integrating and running 3rd party Autonomy algorithms,
— Navigation System (desirably non-ITAR),
— Through water 2-way communication capability,
— Stand alone command and control unit,
— Delivery time of no greater than 10 weeks from contract award,
— The UUVs (3 off) are to have a demonstrable pedigree of reliable and robust operation. Evidence of cross-fleet in-water times assumed to exceed 2 000 operating hours (i.e. in total) is required.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35512400 |
|
|
|
|
|
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 scope3 |
|
1 175 000 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 31-10-2014 31-12-2014 |
Section III: Legal, Economic, Financial and Technical Information
|
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 participate |
|
|
Objective criteria for choosing the limited number of candidates
|
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
SSA/074
|
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 31-10-2014
10:00 |
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 www.gov.uk web site 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 GO Reference: GO-201498-DCB-5987373
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Ships |
Ships Support Agency, Birch 2b #3229, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
desshipscomrcl-ssa-1a@mod.uk |
+44 1179136662 |
|
+44 1179136910 |
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Ships |
as above |
|
|
|
|
|
|
|
|
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 |
as above |
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 08-09-2014 |