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, Weapons, Lightweight Missile Attack Systems Project Team (LMAS PT) |
Lightweight Missile Attack Systems Commercial Team |
Bristol |
BS34 8JH |
UK |
Farzana Oaten
|
+44 7766650474 |
Farzana.Oaten100@mod.gov.uk |
|
https://www.bipsolutions.com
|
|
|
|

 |
|

 |
|

 |
|
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 authorityManufacture of Bulk Module Storage (BMS) Containers |
II.1.2)
|
Type of supplies contract
 |
|
 |
|
 |
|
 |
|
 |
|
Main site or location of works, place of delivery or performance
Somerset UKK23 |
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)
Storage containers. The Lightweight and Medium Attack (LMAS) delivery team, part of the Weapons Operating Centre in DE&S (hereafter referred to as ‘the Authority’) has a requirement for the manufacture of bulk module storage (BMS) containers for storage helicopter weapon equipment on board Royal Naval (RN) Ships.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
44613400 |
|
|
|
|
|
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 scopeOverview
The Lightweight and Medium Attack (LMAS) delivery team, part of the Weapons Operating Centre in DE&S (hereafter referred to as ‘the Authority’) has a requirement for the manufacture of bulk module storage (BMS) containers for storage of helicopter weapon equipment on board Royal Naval (RN) Ships.
The RN has existing BMS containers already on board certain ships. Example photographs have been attached to the DPQQ under ‘Supporting Documentation.’
The initial requirement is for the manufacture of 40 BMS containers, with an initial batch of 8 containers ready by no later than late Jan/early Feb 2021. The contract will also include an option for the manufacture of up to 20 additional BMS containers at a later date. The BMS containers will be manufactured in accordance with technical drawings which will be provided in full to suppliers who are formally invited to tender. A representative example from the suite of technical drawings has been attached to the DPQQ under ‘Supporting Documentation.’
The winning bidder shall be required to provide the following:
— review of authority drawings and design of BMS solution,
— production of technical data packs to enable end user maintenance,
— production of safety and environmental case report,
— codification of the BMS solution.
The full scope of this requirement can be found in the draft version of the statement of work which is included with the DPQQ under ‘Supporting Documentation.’
Cyber risk assessment
The Cyber Risk Assessment level for this requirement has been determined to be ‘Moderate.
Instructions on how to submit an expression of interest and complete the dynamic pre-qualification questionnaire (DPQQ):
Suppliers must read through this set of instructions and follow the process to respond to this opportunity. Please refer to the DPQQ guidance instructions PDF document included with the DPQQ under ‘Supporting Documentation.’
The information and/or documents for this opportunity are available on https://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: R7852553W7
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 5 October 2020 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. Late responses will not be accepted.
Following receipt of all responses the Authority will review and develop a shortlist of suppliers who will receive a formal invitation to tender (ITT) for this requirement. The expected date for release of the ITT is 12 October 2020. The expected date for contract award is late November/early December 2020.
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 0800282324. |
|
300 000500 000 GBP |
II.2.2)
|
Information about options |
|
Provisional timetable for recourse to these options
|
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
N/a
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Payment to follow upon completion of delivery and acceptance of goods.
|
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.
|
III.1.5)
|
Information about security clearance
01-09-2020
|
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.
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers.
|
III.2.2)
|
Economic and financial standing
Financial wellbeing of the economic operator to be assessed via questions in the PQQ.
The estimated annual contract value is GBP 500 000. 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, for example such evidence may include:
1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
2) stating 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 may be utilised as part of this process.
The contracting authority requires the economic operator to indicate in its tender any part of the contract it intends to subcontract. It will need to provide as a minimum the details of any proposed subcontractor; the subject matter of the proposed subcontracts and to indicate any change occurring with respect to proposed subcontracting before or during the execution of the contract.
|
III.2.3)
|
Technical and/or professional capacity
ISO 9001 certification.
|
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
Accelerated procedure is being used for reasons of operational urgency. The first deliverable are required by end January 2021 to meet a Front Line Command (FLC) requirement for impending deployment of a new warfare capability for the Royal Navy (RN) due end of Q1 2021. The regular time frames and expected manufacturing lead time for these items means the Authority may be unable to meet the FLC user requirement.
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate210 |
|
|
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
TBC
|
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 05-10-2020
17:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 12-10-2020
|
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 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 https://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: R7852553W7 Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 5 October 2020 00.00. 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 0800282324.
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
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: 38C8754SAJ
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 0800282324.
Go reference: GO-2020917-DCB-17091359
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Weapons, Lightweight Missile Attack Systems Project Team (LMAS PT) |
|
Bristol |
|
UK |
Farzana.Oaten100@mod.gov.uk |
+44 7766650474 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Weapons, Lightweight Missile Attack Systems Project Team (LMAS PT) |
|
Bristol |
|
UK |
Farzana.Oaten100@mod.gov.uk |
+44 7766650474 |
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Weapons, Lightweight Missile Attack Systems Project Team (LMAS PT) |
|
Bristol |
|
UK |
Farzana.Oaten100@mod.gov.uk |
+44 7766650474 |
|
|
|
VI.5)
|
Dispatch date of this Notice 17-09-2020 |