CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-BRISTOL: Engineering design services.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, Ships, Other
Ship Acquisition, Commercial, Ash 0C, #3016, Filton, BRISTOL, BS34 8JH, United Kingdom
Tel. +44 3067935169, Email: DESShipsComrcl-AcqHam-Strat1@mod.uk
Contact: Sam Taylor
Main Address: www.mod.co.uk
NUTS Code: UKK1

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Applications must be sent to: As Above

I.2)Type of the contracting authority and main activity or activities:
Ministry or any other national or federal authority, including their regional or local subdivisions

I.3) Main activity:
Defence

I.4) Contract award on behalf of other contracting authorities/entity:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Independent Commercial Ship Design and Support – Customer Friend.
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 26

Region Codes: UKK1 – Gloucestershire, Wiltshire and Bristol/Bath area
II.1.3)Framework agreements: Not Provided

II.1.5)Short description of the contract or purchase:
Engineering design services. The MOD Type 31 Frigate Project Team is potentially seeking a Customer Friend to provide independent, specialist commercial experience of ship build and design.

II.1.6)Common Procurement Vocabulary:
71320000 – Engineering design services.

II.1.7)Information about subcontracting:
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed.
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract.
II.1.8)Division into lots: No
II.1.9)Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope (including all lots, renewals and options):
The MOD Type 31 Frigate Project Team is potentially seeking a Customer Friend to provide independent, specialist commercial experience of ship build and design: :
• To help the MoD to understand the cost implications of “preferential engineering” and of specifying naval standards and bespoke equipment.
• To provide constructive challenge during trade-offs relating to standards, innovation, minimising through life costs and ensuring that the design both has sufficient flexibility for export and facilitates modern methods of construction.
• To provide constructive challenge to ship design and input to the build strategy.
Customer Friend Contractors will be required to cooperate with other Customer Friend contractors in order to work as a cohesive team.
The aim is to bring challenge and learning from the commercial shipping sector, to complement separate defence related Customer Friend Support and thereby avoid any tendency to over-specify the Type 31 Frigate design.
As a minimum, personnel engaged on any resulting contract must hold SC Security Clearance (or National equivalent) or be prepared to apply for such clearance.
Estimated value excluding VAT:
Range between: 870,000 and 4,500,000
Currency: GBP

II.2.2)Options: No
II.2.3)Renewals: No
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:
Not required.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
For payment purposes The Authority will require a successful contractor to be P2P enabled.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Participation in this procurement is not restricted to a single contractor and The Authority is prepared to contract with any suitable legal entity.

III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
As a minimum, personnel engaged on any resulting contract must hold SC Security Clearance (or National equivalent) or be prepared to apply for such clearance.
In accordance with the Ministry of Defence Commercial Policy and provided there are no national security constraints, the MOD may allow suppliers to operate on both client and supply side in any future phases of the Type 31 Frigate Project providing an actual Conflict Of Interest or potential COI can be satisfactorily managed to avoid any unfair distortion in competition. Where a potential COI is identified MOD will assess the suppliers Compliancy Regime before issuing any Invitation to Tender.
III.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided

III.2)Conditions For Participation
III.2.1)Economic and financial capacity:
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) 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 these criteria are at

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.

III.2.2) Economic and financial standing:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
(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.

III.2.3) Technical and/or professional capacity:
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

(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 five 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 five 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 – (a)that person was not a contracting authority, and (b)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;
(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;
(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 sub-paragraph (n)(i);

III.2.4) Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Execution of service is reserved to particular profession: No
III.3.2)Legal person should indicate the names and professional qualifications of the staff responsible for execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:

Envisaged number of operators: 6

IV.2)Award Criteria
IV.2.1)Award criteria: Not Provided
IV.2.2)An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: SHIPACQ138
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2016/S 240 – 438575 of 08/12/2016

Other previous publications: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 07/02/2017
Time: 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 06/03/2017
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English

Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: 1. 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.

2. 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
3. The proposed contract end date of 30/05/2021 includes Year 1 (2017/18) plus 3 optional years which are subject to confirmation.
4. The estimated value of the requirement also includes Year 1 plus 3 optional years subject to confirmation.
5. For all new requirements advertised from 1st January 2016 which entail the transfer of MOD identifiable information from customer to supplier or the generation of information by a supplier specifically in support of the MOD contract, MOD will require suppliers to have a Cyber Essentials certificate by the contract start date at the latest, and for it to be renewed annually. This requirement must be flowed down the supply chain.
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: RMX7786M99.

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.

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, Ships, Other
Ash, 0C, #3016, MOD Abbey Wood, Filton, BRISTOL, BS34 8JH, United Kingdom
Tel. +44 3067935169, Email: DESShipsComrcl-AcqHam-Strat1@mod.uk

Body responsible for mediation procedures:
Ministry of Defence, Ships, Other
Ash 0C, #3016, MOD Abbey Wood, Filton, BRISTOL, BS34 8JH, United Kingdom
Tel. +44 3067935169, Email: DESShipsComrcl-AcqHam-Strat1@mpd.uk

VI.4.2)Procedures for appeal: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Ships, Other
Ash 0C, #3016, MOD Abbey Wood, Filton, BRISTOL, BS23 8JH, United Kingdom
Tel. +44 3067935169, Email: DESShipsComrcl-AcqHam-Strat1@mod.uk

VI.5) Date Of Dispatch Of This Notice: 16/01/2017

ANNEX A


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 19, 2024

105mm Illumination Shells

Type of document: Contract Notice Country: United Kingdom 1. Title: 105MM ILLUMINATION SHELLS 2. Awarding Authority: Ministry of Defence, GB Email: michelle.seymour102@mod.gov.uk.

April 19, 2024

708933450 PORT AGENCY CONTRACT CYPRUS (PACC): DPQQ CN

Type of document: Contract Notice Country: United Kingdom 1. Title: 708933450 PORT AGENCY CONTRACT CYPRUS (PACC): DPQQ CN 2. Awarding Authority: Ministry of Defence Ministry