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, Salvage and Marine Operations (S&MO) |
MOD Abbey Wood, Ash 2A, NH3 |
Bristol |
BS34 8JH |
UK |
Zoe Gainey
|
+44 3001572196 |
DESShipsComrcl-SALMO-Multiuser@mod.gov.uk |
|
www.mod.gov.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 authorityS&MOCB/8005 — Supply and Maintenance of a Deployable Operations ISO Container |
II.1.2)
|
Type of supplies contract
|
|
|
|
|
|
|
|
|
|
Main site or location of works, place of delivery or performance
UNITED KINGDOM. UK |
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)
Special-purpose mobile containers. Engineering works and construction works. Engineering work for security installations. Engineering services. Mechanical and electrical engineering services. The Salvage and Marine Operations (SALMO) team, part of the Ministry of Defence (MOD) have a requirement for the supply of one (1) maritime deployable habitable operations ISO container which shall be accredited to Secret, in addition to the procurement, installation and integration of multiple IT systems into the container and the containers ongoing maintenance. The ISO container must be able to be loaded and unloaded and must be transportable by land and sea and conform to the relevant maritime standards for land and maritime transport. The authority require a UK List X supplier to deliver this requirement.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34221000 |
|
|
|
|
|
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 scope |
|
500 0002 000 000 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
A bank guarantee or parent company guarantee may be required.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Payment will be made in accordance with agreed payment terms following delivery and acceptance of the services via the authorities contracting, purchasing and finance (CP&F) tool.
|
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
Due to the nature of the services required, tenderers will need to be List X prior to issuing of the Tender documents, and may be subject to security checks and/or additional scrutiny prior to contract award. A full list of sub-contractors and all works to be undertaken by each subcontractor will be required and will be subject to checks and/or rejection by the Authority.
|
III.1.5)
|
Information about security clearance
31-12-2020
|
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.
This information will be sought through evaluation of responses to the attached dynamic pre-qualification questionnaire (DPQQ).
|
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.
(b) A list of works carried out over the past 5 years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case:
(i) the value of the consideration received;
(ii) when and where the work or works were carried out; and
(iii) specifying whether they were carried out according to the rules of the trade or profession and properly completed.
(c) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 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:
— that person was not a contracting authority, and
— 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.
(f) A check carried out by the contracting authority or on its behalf by a competent official body of the member state in which the economic operator is established:
(i) on the technical capacity of the economic operator; and
(ii) if relevant, on the economic operator's study and research facilities and quality control measures.
(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.
(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 subparagraph (n)(i).
This information will be sought through evaluation of responses to the attached dynamic pre-qualification questionnaire (DPQQ).
This information will be sought through evaluation of responses to the attached dynamic pre-qualification questionnaire (DPQQ).
This information will be sought through evaluation of responses to the attached dynamic pre-qualification questionnaire (DPQQ).
This information will be sought through evaluation of responses to the attached dynamic pre-qualification questionnaire (DPQQ).
|
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 participate36 |
|
Objective criteria for choosing the limited number of candidates
This information will be sought through evaluation of responses to the attached dynamic pre-qualification questionnaire (DPQQ). Further information can be found at the DPQQ instruction document. For the avoidance of confusion, the authority reserves the right to only invite the top 3-6 scoring companies to negotiate, as determined by the scores awarded during the DPQQ evaluation exercise.
|
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
S&MOCB/8005 – Supply & Maintenance of a Deployable Operations ISO Container
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2020/S 142-350907 24-07-2020
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for requests to participate 02-11-2020
09:00 |
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 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: JRYG9WV3A5. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 2 November 2020, 9:00. 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 0800 282324.
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
Go reference: GO-2020918-DCB-17098742
Go reference: GO-2020918-DCB-17098681
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence |
Salvage and Marine Operations DE&S, MoD Abbey Wood| #3202 |
Bristol |
BS34 8JH |
UK |
DESShipsComrcl-SALMO-Multiuser@mod.gov.uk |
+44 3001572196 |
www.mod.gov.uk |
|
|
|
Body responsible for mediation procedures
Ministry of Defence |
Salvage and Marine Operations DE&S, MoD Abbey Wood| #3202 |
Bristol |
BS34 8JH |
UK |
DESShipsComrcl-SALMO-Multiuser@mod.gov.uk |
+44 3001572196 |
www.mod.gov.uk |
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence |
Salvage and Marine Operations DE&S, MoD Abbey Wood| #3202 |
Bristol |
BS34 8JH |
UK |
DESShipsComrcl-SALMO-Multiuser@mod.gov.uk |
+44 3001572196 |
www.mod.gov.uk |
|
|
VI.5)
|
Dispatch date of this Notice 18-09-2020 |