Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 175-315476/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, DSG, Defence Support Group (DSG)
Babcock DSG Ltd, Building B15, MOD Donnington
Telford
Postal code: TF2 8JT
United Kingdom
For the attention of: Lorna Wright
Phone: +44 1952673986
Email: lorna.wright@babcockinternational.com
Internet Address(es):
General address of the contracting authority: www.babcockinternational.com
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: The repair of High Pressure Pure Air Systems as fitted to Challenger 2.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Telford and Wrekin.
Nuts code: UKG21
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:Repair and maintenance services of military vehicles. The Repair of the High Pressure Pure Air Systems as fitted to the Challenger 2 Platform. The authority reserves the right to include other military platforms during the lifetime of the contract.Babcock DSG, acting as an Agent on behalf of the UK Ministry of Defence has a potential requirement to place a 4 year Framework Agreement with the possibility of a further 2, 1 year options.The successful Contractor will be required to repair Articles as per OEM Specification with an accompanying Certificate of Conformance detailing results of output tests. The successful Contractor will be required to supply all spares/components necessary to undertake the repair process.Examples of the equipment currently in scope but is not limited to, are as follows:2590997608657 Compressor Pack;2590990112563 Coolant Supply;4310998143775 Compressor;4730993827116 Trap, Oil and Gas;4440996239609 Cleaning Column, Gas;4730997017151 Manifold, Air Line;4910993612542 Cooler Supply Unit (CSU) Test Set.The authority reserves the right to add items of a similar nature to the contract during its lifetime.
II.1.6) Common procurement vocabulary (CPV): 50630000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
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:
Babcock DSG, acting as an Agent on behalf of the UK Ministry of Defence has a potential requirement to place a 4 year Framework Agreement with the possibility of a further 2, 1 year options for The Repair of High Pressure Pure Air Systems, as fitted to Challenger 2 Platform. The authority reserves the right to include other military platforms during the lifetime of the contract.
It is the intention to award a Contract with a single Contractor to carry out the required repair activities. Examples of the equipment currently in scope but is not limited to, are as follows:
2590997608657 Compressor Pack;
2590990112563 Coolant Supply;
4310998143775 Compressor;
4730993827116 Trap, Oil and Gas;
4440996239609 Cleaning Column, Gas;
4730997017151 Manifold, Air Line;
4910993612542 Cooler Supply Unit (CSU) Test Set.
The authority reserves the right to add items of a similar nature to the contract during its lifetime.
The successful Contractor will be required to repair Articles as per OEM Specification with an accompanying Certificate of Conformance detailing results of output tests. The successful Contractor will be required to supply all spares/components necessary to undertake the repair process.
Successful Contractor will be expected to arrange the subsequent packaging to appropriate Military Packing Levels and deliver Articles to the Authority post completion of repair activity.
The Repair will include, but not limited to:
Process of Repair:
— Repair: All Articles are to be repaired to A1 condition as per OEM Specification. Where applicable software may be required to support the repair activity;
— Component Parts: All faulty, damaged or missing components required to repair the equipment shall be replaced using the current OEM/Genuine manufacturer’s parts or OEM Specification, as appropriate;
— Replacement parts: The Contractor shall be responsible for the procurement of all replacement parts within the terms and conditions of the contract. All parts shall meet the OEM specification or are to be the equivalent manufacturer’s part, purchased from an approved supplier. When replacement/alternative parts are used because OEM parts are no longer available, then Certificates of Conformity are required for all parts which may affect the reliability of the equipment. These certificates shall be made available to the Authority upon request. Any concessions shall be dealt with in accordance with DEF-STAN 05-61;
— Testing on completion: On completion of the Repair activity, a functional test/inspection shall be carried out on the equipment in accordance with the OEM Test Specification. All test equipment used is to be provided and maintained by the Contractor. On satisfactory completion of the testing a test certificate is to be issued;
— The Contractor is to keep records of all visits/survey reports, repair approvals, certificates and costs incurred in the repairs to these equipments. These records must be made available to the Authority as requested.
We reserve the right to add additional items / services of a similar nature during the lifetime of this contract.
QA Standards or equivalent: As a minimum, the Contractor shall hold and maintain certification to BS EN ISO 9001:2008 or equivalent, issued by an accredited certification body in a scope relevant to this requirement.
Expressions of Interest will be via the Dynamic Pre-Qualification Questionnaire (DPQQ) linked to this Contract Notice. Only those expressions of interest that fully meet the above criteria and DPQQ shall be considered for Invitation to Tender.
The announcement of a possible future requirement is not to be construed as confirmation that a Tender/Contract will subsequently be issued. The issue of a possible future requirement, or the issue of an Invitation to Tender, is not to be construed as a commitment by the Authority to place an order as a result of the tendering stage or at a later stage. Any expenditure, work or effort prior to any contract award is accordingly a matter solely for the commercial judgement of the Potential Supplier.
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.
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.
Estimated value excluding VAT:
Range: between 8 000 000 and 15 200 000 GBP
II.2.2) Information about options:
Options: yes
Babcock DSG, acting as an Agent on behalf of the UK Ministry of Defence has a potential requirement to place a 4 year Framework Agreement with the possibility of a further 2, 1 year options.
Provisional timetable for recourse to these options: in months: (from the award of the contract): 42
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:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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 a contract.
III.1.4) Other particular conditions
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 of the European Parliament and of the Council (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 of the European Parliament and of the Council (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
(c) Where appropriate, a statement, covering the 3 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.The estimated annual contract value is 2 100 000 GBP. If the estimated annual contract value 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; and2. 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 judgement will be made after considerating areas such as turnover, profit, net 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 may be utilised as part of this process
Minimum level(s) of standards possibly required: (c) Where appropriate, a statement, covering the 3 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.The estimated annual contract value is 2 100 000 GBP. If the estimated annual contract value 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; and2. 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 judgement will be made after considerating areas such as turnover, profit, net 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 may be utilised as part of this process
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: (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;(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;(j) A description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the 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);(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.The above will be requested as part of the subsequent Dynamic Pre-Qualification Questionnaire.
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: 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 minimum number: 3 and maximum number 10
Objective criteria for choosing the limited number of candidates:
Interested suppliers are required to complete the DPQQ to provide information that allows the evaluation of Suppliers capacities and capabilities against the selection criteria set out at Sections III.2.1) III.2.2) and III.2.3) of this Contract Notice. The PQQ will be used to down select this number. The criteria is clearly stated within the PQQ.
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
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
LSBU11/0003
IV.3.2) Previous publication(s) concerning the same contract
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
07.10.2016 – 23:59
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. 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: 872USK97F8.
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-201697-DCB-8747367.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
DSG Defence Support Group (DSG)
Building B15, MOD Donnington
Telford
Postal code: TF2 8JT
United Kingdom
Phone: +44 1952673986
VI.4.3) Service from which information about the lodging of appeals may be obtained:
DSG Defence Support Group (DSG)
Building B15, MOD Donnington
Telford
Postal code: TF2 8JT
United Kingdom
VI.5) Date of dispatch of this notice:
07.09.2016