Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2016/S 174-313522/EN)
Nature of contract: Service contract
Procedure: Not applicable
Regulation of procurement: EU
Type of bid required: Not applicable
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Land Equipment, Operational Infrastructure Programme (OIP)
Operational Infrastructure Programme, Spruce 3A # 1309, MOD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Email: DESLEOSP-OIP-Comrcl-Sp3b1@mod.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: 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) Title attributed to the contract by the contracting authority/entity:
Modular Gap Crossing Capability.
II.2) Type of contract and location of works, place of delivery or of performance:
SERVICES
Main site or location of works, place of delivery or of performance:
UKK11
Service category: Maintenance and repair services
II.3) Information on framework agreement
II.4) Short description of nature and scope of works or nature and quantity or value of supplies or services:
The Authority’s Operational Infrastructure Programme (OIP) has identified a possible future requirement to sustain/enhance the capabilities currently provided by Medium Girder Bridge / Medium Girder Over Bridge / Air Portable Ferry Bridge to support UK forces out to 2037.
Any interested party can provide an existing solution (COTS) to meet the capability or sustain/enhance the existing bridges.
The 3 capabilities will share common components to allow maximum flexibility between the various bridge configurations as follows:
1. Dry/Wet Gap Crossing:
A lightweight, rapidly deployable hand built dry support Bridge of modular construction to support simple and complex intervention environments for light and medium weight forces. A bridge capable of crossing a gap up to 29 metres in a single span.
A single set of the equipment must meet the capability threshold for the load capacity of MLC 50(T)(W) and an capability objective for the load capacity of MLC 85(T)(W).
2. Over Bridge:
Rapidly deployable hand built dry support Over Bridge of modular construction, capable of crossing a gap of up to 9 metres. It is designed to be placed over damaged bridges or culverts.
A single set of the equipment must meet the capability threshold for the load capacity of MLC 50(T)(W) and an capability objective for the load capacity of MLC 85(T) 130(W).
3. Ferry Bridge:
A deployable hand built, modular bridge to enable light forces to cross a variety of wet and dry obstacles. The Ferry Bridge system shall consist of all the equipment required to provide any 1 of the following capabilities:
i. A single span bridge up to 14 metres in a span capable of being deployed and operated by both light and fly forward forces;
ii. A single span over-bridge up to 14 metres in a span capable of being deployed and operated by both light and fly forward forces;
iii. A reinforced single span bridge up to 14 and 28 metres in a span capable of being deployed and operated by both light and fly forward forces;
iv. A self propelled roll-on, roll-off (RORO) ferry capable of being deployed and operated by both light and fly forward forces.
A single set of the equipment must meet the capability threshold for the load capacity of MLC 50(T)(W) and an capability objective for the load capacity of MLC 85(T)(W).
At this stage, the purpose of this notice is to contribute to ongoing market analysis in support of this proposed requirement. Any interested party wishing to register a proposed solution that meets the capability requirements listed above should provide their response to the contact details listed above by 30.9.2016.
Any response to this notice is not a formal Expression of Interest (EOI) and the Authority shall notify the market formally at a later date when the requirement has been fully matured.
Lots: The contract is divided into lots: No
II.5) Common procurement vocabulary (CPV):
34144300
II.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 3.4.2017
II.7) Additional information:
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at: www.d2btrade.com The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form) and DEFCON 522J (Payment under P2P).
III.2) Conditions for participation
III.2.1) Information about reserved contracts
Section VI: Complementary information
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no.
VI.2) Additional information
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: 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.ukSuppliers 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: 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: T99E7C5HE6.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 (FAQs) or the User Guides or contact the MOD DCO help desk by emailing: support@contracts.mod.uk or Telephone. 0800 282 324.GO Reference: GO-201696-DCB-8742211.
VI.3) Information on general regulatory framework
VI.4) Date of dispatch of this notice: 06.09.2016