CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-Bristol: Parts for warships.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, Ships, Maritime Platform Systems (MPS)
MSS Commercial, Ash 2c #3214, Abbey Wood, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067933415, Email: DESShipsMPS-MET-Comrcl-SPOC@mod.uk
Contact: Nicky Greensides
Main Address:

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: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Shafts, Propellers, Shaft Seals and Shaft Ancillaries Support Enabling Arrangement
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase

Region Codes: UKK11 – Bristol, City of
II.1.3)Framework agreements: The establishment of a framework agreement

II.1.4)Information on framework agreement:

Framework agreement with a single operator
Duration of the framework agreement:
Duration in months: 84
Estimated total value of purchases for the entire duration of the framework agreement:

Range between: 50,000,000 and 70,000,000
Currency: GBP

II.1.5)Short description of the contract or purchase:
Parts for warships. Engineering support services. Technical support services. Parts for warships. Engineering support services. Technical support services. Shafts, Propellers and Ancillary Equipment is utilised in a variety of forms across 2x Landing Platform Dock (LPD), 1x Landing Platform Helicopter (LPH), 13x T23, 8x Hunt Marine Counter Measures Vessel (MCMV), 7x Sandown, 4x T Class Ship Submersible Nuclear (SSN), 7x Astute Class Ship Submersible Nuclear (SSN) and 4x Ship Submersible Ballistic Nuclear (SSBN). The main purpose of this product grouping is the conversion of torque to longitudinal thrust i.e. propulsion of the vessel and includes the following Master Equipment:

a. Conventional Shafts and Propellers
b. Submarine Shafts & Seals
c. Shaft Ancillaries

The Maritime Transmissions and Propulsors (MTP) team within the Marine Systems Support (MSS) group is planning to enhance the effectiveness and efficiency of the equipment management role and support solutions to deliver improved performance and value for Defence. This will be achieved through combining its in-service support requirements for Shafts, Propellers and Ancillary Equipment and there will be 3 lots available as follows: Proposals can be offered against 1,2 or all 3 of the lots, each will be assessed individually, however savings would be expected to be defined where a bid is made against more than 1 lot.

a. Lot 1: Enabling Contract for the Supply, Repair, Post Design and Technical Support for White Metal Bearings and Associated Equipment

b. Lot 2: Enabling Contract for the Supply, Repair, Post Design & Technical Support for Submarine and Ship Seals and Associated Equipment

c. Lot 3: Enabling Contract for the Supply, Repair, Post Design & Technical Services for Shafts, Propellers and Associated Equipment.

II.1.6)Common Procurement Vocabulary:
35520000 – Parts for warships.

71336000 – Engineering support services.

71356300 – Technical support services.

II.1.7)Information about subcontracting:
Not Provided
II.1.8)Division into lots: Yes
Tenders may be submitted for: One or more lots

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):
Proposals may be submitted for one or more Lots. Responses to the PQQ should make it clear which Lots companies are interested in submitting proposals for.

Lot 1: Enabling Contract for the Supply, Repair, Post Design and Technical Support for White Metal Bearings and Associated Equipment

Lot 2: Enabling Contract for the Supply, Repair, Post Design & Technical Support for Submarine and Ship Seals and Associated Equipment

Lot 3: Enabling Contract for the Supply, Repair, Post Design & Technical Services for Shafts, Propellers and Associated Equipment.
Estimated value excluding VAT:
Range between: 50,000,000 and 70,000,000
Currency: GBP

II.2.2)Options: No
II.2.3)Renewals: No
II.3)Duration Of The Contract Or Time-Limit For Completion

Information About Lots

Lot No: 1

1)Short Description: Not Provided

2)Common Procurement Vocabulary:
35520000 – Parts for warships.
71336000 – Engineering support services.
71356300 – Technical support services.

3)Quantity Or Scope: Not Provided

4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided

5)Additional Information About Lots: Not Provided

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided

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: Not Provided
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)
(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)

Not Provided
III.2.4) Information about reserved contracts: Not Provided
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: 2 and maximum number: 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Not Provided
IV.2)Award Criteria
IV.2.1)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)An electronic auction will be used: Yes
If yes, additional information about electronic auction
Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: MSS/042
IV.3.2)Previous publication(s) concerning the same contract: No

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

Not Provided

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 27/09/2016
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Accredited 3rd party (or Government Issued) Quality Management System (QMS) certification which includes and appropriate scope to meet the requirement. In the event that no certification is held, the company must be able to demonstrate that they operate and maintain a QMS acceptable to the Department for this requirement.
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.

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: WQ43282345.

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, Maritime Platform Systems (MPS)
Ash 2c #3214, MOD Abbeywood, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067933415, Email: DESShipsComrcl-MPS-CI-SSS@mod.uk

Body responsible for mediation procedures:
Ministry of Defence, Ships, Maritime Platform Systems (MPS)
Ash 2c #3214, MOD Abbeywood, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067933415

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, Maritime Platform Systems (MPS)
Ash 2c #3214, MOD Abbeywood, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067933415, Email: DESShipsComrcl-MPS-CI-SSS@mod.uk

VI.5) Date Of Dispatch Of This Notice: 25/08/2016

ANNEX A

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking