CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 193-347394/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: RFCA C/O McCarthy Bainbridge Ltd, Bagshot Road
Town: Woking
Postal code: GU22 0QY
Country: United Kingdom
Contact Person: Tony Bainbridge
Telephone: +44 7900605722
Email: tony@mccarthybainbridgeltd.co.uk
Nuts code: UKJ
Internet address(es):
Main address: www.mccarthybainbridgeltd.co.uk

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: RFCA — Statuatory and Mandatory Test and Inspection Compliance Contract.

Reference number: RFCA/MODC2017
II.1.2) Main CPV code: 71300000
II.1.3) Type of contract: Services
II.1.4) Short Description: Scope of works to include: Electrical Services, Mechanical services, Security system services and control services, fire safety system services, marine works, building technical inspections and industrial doors, lifts and hoist servicing works.
II.1.5) Estimated total value:
Value excluding VAT: 2800000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:The individual RFCA’s reserve the right to award contracts for each lot separately within each association and detailed within the specification documents.

II.2) Description
II.2.1) Title: Mechanical Services

Lot No:1
II.2.2) Additional CPV code(s)
71333000

II.2.3) Place of performance
Nuts code: UKJ
Main site or place of performance:
South East (England).

II.2.4) Description of the procurement:
Mechanical services, maintenance, testing and servicing of services within the estate as stated within NGEC Serial Task sheets (LOT1).
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 1000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-04-03End: 2020-03-31
This contract is subject to renewalyes Description of renewals:Two year renewal available subject to available budget, cost and contractor performance.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: None.

II.2.1) Title: Electrical Services

Lot No:2
II.2.2) Additional CPV code(s)
71334000
Supplementary CPV code: KA03, KA04

II.2.3) Place of performance
Nuts code: UKJ
Main site or place of performance:
South East (England).

II.2.4) Description of the procurement:
Electrical services, maintenance, testing and servicing of services within the estate as stated within NGEC Serial Task sheets (LOT2).
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 1000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-04-03End: 2021-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Fire and Security Services

Lot No:3
II.2.2) Additional CPV code(s)
31625000

II.2.3) Place of performance
Nuts code: UKJ
Main site or place of performance:
South East (ENGLAND).

II.2.4) Description of the procurement:
Fire and security services, maintenance, testing and servicing of services within the estate as stated within NGEC Serial Task sheets (LOT3).
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 765000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-04-03End: 2020-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Technical Inspections

Lot No:4
II.2.2) Additional CPV code(s)
71631000

II.2.3) Place of performance
Nuts code: UKJ
Main site or place of performance:
South East (England).

II.2.4) Description of the procurement:
Technical inspection taks within the estate as stated within NGEC Serial Task sheets (LOT4).
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 5000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-04-03End: 2020-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Marine Works

Lot No:5
II.2.2) Additional CPV code(s)
45244100

II.2.3) Place of performance
Nuts code: UKJ
Main site or place of performance:
South East (England).

II.2.4) Description of the procurement:
Marine site maintenance within the Greater London estate as stated within NGEC Serial Task sheets (LOT5).
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 5000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-04-03End: 2020-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Industrial doors, hoists, lifts and fall arrest systems

Lot No:6
II.2.2) Additional CPV code(s)
42416130

II.2.3) Place of performance
Nuts code: UKJ
Main site or place of performance:
South East (England).

II.2.4) Description of the procurement:
Industrial door, hoists, lifts and fall arrest system, maintenance, testing and servicing of services within the estate as stated within NGEC Serial Task sheets (LOT6).
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 30000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-04-03End: 2020-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Refer to tender information pack for further details.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract
III.2.1) Information about a particular profession(only for service contracts)
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision: Refer to required minimum competences in tender pack and statutory competences when working on controlled system.

III.2.2) Contract performance conditions: Refer to KPI details within tender pack.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-12-01 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2017-04-04
IV.2.7) Conditions for opening tenders
Date: 2016-12-13 Local time: 12:00 Place:SERFCA, Seely House, Shoe Lane, Aldershot, Hants, GU11 2HJ.

Information about authorised persons and opening procedure:Controlled opening by John Taylor (Office Services Manager) and tender board.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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: D399SWX5FR.
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-2016103-DCB-8891451.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: SERFCA, Seely House, Shoe Lane
Town: Aldershot
Postal code: GU11 2HJ
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: Woodruffe House, Bagshot Road
Town: Woking
Postal code: GU22 0QY
Country: United Kingdom
E-mail: tony@mccarthybainbridgeltd.co.uk

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Refer to tender scoring matrix and tender return information for procedures.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: McCarthy Bainbridge Ltd
Postal address: Woodruffe House, Bagshot Road
Town: Woking
Postal code: GU22 0QY
Country: United Kingdom
E-mail: tony@mccarthybainbridgeltd.co.uk
VI.5) Date of dispatch of this notice:2016-10-03

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