CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 006-009244/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Regulation of procurement: EU
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Ships, Other
Defence Equipment and Support, Ash 2C # 3214, Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
For the attention of: Alison Lyne
Phone: +44 67934722
Email: DESSHIPSMPS-MET-Comrcl-SPOC@Mod.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: MPS/025 — Spares, Repair and PDS Hydraulic Equipment.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: Bristol, City of.
Nuts code: UKK11
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:Hydraulic equipment. Hydraulic equipment. Hydraulic Equipment. MSS has a future requirement for the manufacture, supply, repair, and provision of technical assistance services (PDS) for a wide and diverse range of hydraulic equipment used on-board Royal Navy vessels. The requirement will cover general and heavy duty hydraulic equipment (to include but not necessarily limited to submarine hydraulics, davits, cranes, aircraft/personnel lifts, steering and stabiliser equipment). The will include the supply and repair of equipments for 1st level systems in accordance with the requirements of SSP25. It will also encompass the requirement to supply and repair equipment in accordance with low magnetic signature applications. The successful candidate will be required to demonstrate competence and experience with the manufacture, supply, repair, provision of technical services and, in some instances, testing of hydraulic equipment. The equipment/systems will include, but is not necessarily limited to:— Submarine Hydraulics (including 1st level systems);— Ship Hydraulics;— Steering Gear, Surface Ships;— Stabilisers, Surface Ships;— Lifting Equipment (including Low Magnetic)— Davits/Cranes;— V/T Class Mast Raising Equipment;— A Class Mast Raising Equipment;— Aircraft Lifts/General Lifts;— Aviation Support, including Helicopter Handling;— Internal Lifts;— Mooring and Anchoring;— Winches;— Capstans;— Hydraulics Doors and Hatches;— Float Head Valves.The contract may contain lists of items that will only require pricing during the duration of the contract when ordered by the Authority. Suppliers wishing to express an interest in this requirement are required to complete and submit a Pre-Qualification Questionnaire (PQQ) to confirm their suitability including a copy of their accredited 3rd Party (or Government Issued) Quality Management System (QMS) certification which includes an appropriate scope to meet the requirement.Estimated total value of purchases for the entire duration of the framework agreement:Estimated total value for 5+1+1 years duration excluding VAT: 20 000 000 GBP – 35 000 000 GBP.Lot 1 Value for 5+1+1 years excluding VAT: 11 500 000 GBP – 20 000 000 GBP.Lot 2 Value for 5+1+1 years excluding VAT: 4 500 000 GBP – 8 000 000 GBP.Lot 3 Value for 5+1+1 years excluding VAT; 4 000 000 GBP – 7 000 000 GBP.
II.1.6) Common procurement vocabulary (CPV): 43328100,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:

II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Total quantity or scope (including all lots, renewals and options):
The Hydraulic Equipment Replacement Enabling Arrangement (HEREA) will cover spares, repairs and associated technical services (PDS) for those elements of the AVIATION SUPPORT, AIRCRAFT LIFTS, SEABOAT DAVITS, SHIP HYDRAULICS, SUBMARINE HYDRAULICS, A-CLASS MAST RAISING EQPT, V/T-CLASS MAST RAISING EQPT, LOW MAG LIFTING and LOW MAG HYDRAULICS and STEERING and STABILISERS MASTER EQUIPMENTS. Platforms supported include all in-service ‘Landing Platform Helicopter’ (LPH), ‘Landing Platform Dock’ (LPD), T23 Frigate (T23), MCMV and Single Role Mine Hunter (SRMH) warship classes and all in-service submarine classes. Relevant platform Out of Service Dates range from 2018 to 2050.
The contract may contain lists of items that will only require pricing during the duration of the contract when ordered by the Authority. Suppliers wishing to express an interest in this requirement are required to complete and submit a PQQ to confirm their suitability including a copy of their accredited 3rd Party (or Government Issued) QMS certification which includes an appropriate scope to meet the requirement. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
Estimated value excluding VAT:
Range: between 20 000 000 and 35 000 000 GBP
II.2.2) Information about options:
Options: yes
Five Year Contract with plus one, plus one Option Years.
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
A Guarantee or Band Bond may be a requirement.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
‘Electronic Trading.Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at .’
III.1.3) Legal form to be taken by the group of economic operators 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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 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.CONDO will apply to this contract.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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 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 ability
(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.A minimum 2 years audited accounts or equivalent information will be required at PQQ stage.Minimum level(s) of standards possibly required: (if applicable).If the total estimated annual contract value of those lots for which the supplier expresses interest 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 judgment will be made after considering areas such as turnover. profit, et 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
Minimum level(s) of standards possibly required: (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.A minimum 2 years audited accounts or equivalent information will be required at PQQ stage.Minimum level(s) of standards possibly required: (if applicable).If the total estimated annual contract value of those lots for which the supplier expresses interest 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 judgment will be made after considering areas such as turnover. profit, et 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
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met:A minimum 2 years audited accounts or equivalent information will be required at PQQ stage.Minimum level(s) of standards possibly required: (if applicable).If the total estimated annual contract value of those lots for which the supplier expresses interest 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 judgment will be made after considering areas such as turnover. profit, et 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.
Minimum level(s) of standards possibly required:
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number: 3 and maximum number 6
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 then you will not need to register again, you existing username and password will be valid.The deadline for submitting your response is To Be Confirmed. Please note that the deadline will not be extended and therefore please allow yourself plenty of 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 contact the MOD DCO Helpdesk by emailing support@contracts.mod.ukInterested suppliers are required to complete the PQQ to provide information that allows the Department to evaluate the supplier’s capabilities against the selection criteria set out in this Contract Notice.The Department 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) fulfill 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 in Sections III.2.2 and III.2.3 of this Contract Notice.Full details of the method for selection of the Tenderers will be set out in the Help Text Box for the Dynamic PQQ.The Access Code for this requirement is: A88U4SC6ZJ.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: yes
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
MET/025 Supply, Repair & PDS Hydraulic Equipment
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
1601201713:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
09.02.2017 – 13:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union 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 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.

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
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: A88U4SC6ZJ.
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-201716-DCB-9361840.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Ships, Other
Bristol
United Kingdom
VI.5) Date of dispatch of this notice:
06.01.2017


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 23, 2024

RFI0036 - Provision of Physical Training Facilities Management and Physical Training Services - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: RFI0036 – Provision of Physical Training Facilities Management and Physical Training Services 2.

April 23, 2024

RFI0036 - Physical Training Facilities Management and Physical Training Services - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: RFI0036 – Physical Training Facilities Management and Physical Training Services 2. Awarding Authority: Ministry