Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 213-389091/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Mixed global and partial bid
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Ships, Warship Support
Birch 2b, #3229, MoD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
For the attention of: Miss Karen Wilson
Phone: +44 03067933663
Email: DESShipsComrcl-WSpt-1b@mod.uk
Internet Address(es):
General address of the contracting authority:
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: Enabling Contract for the provision of Technical Services for Reliability Centred Maintenance (RCM).
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 3: Air transport services of passengers and freight, except transport of mail
Main site or location of works, place of delivery or of performance: Gloucestershire, Wiltshire and Bristol/Bath area.
Nuts code: UKK1
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 ships. Reliability Centred Maintenance — Technical Support:The Authority has an ongoing requirement to conduct Reliability Centred Maintenance (RCM) in support of the Unit Maintenance Management System (UMMS) to both current and future Royal Navy and Royal Fleet Auxiliary flotilla (and some shore-based establishments).The RCM Team utilises the Aladon RCM II methodology which is described in greater detail in Defence Standard 00-45 (in conjunction with the RCM Technical Instructions).The requirement is to deliver RCM derived maintenance and training to provide safe, defensible, auditable maintenance.
II.1.6) Common procurement vocabulary (CPV): 50241000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
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:
Lot 1 — RCM Maritime Analyses (for new-to-service and existing equipment)
Including;
1. The supply of a RCM Industry floorplate Support Team, review of existing Analyses.
2. Management of RCM Analyses from creation to delivery to the front line.
3. RCM & UMMS support activities such as the creation of Work Package specifications.
4. UMMS database management and Work package reconciliations required to deliver safe defensible maintenance to the Front Line.
Lot 2 — RCM Training and the provision of materiel in support of training courses.
Lot 3 — The external Auditing for Methodology of RCM Analyses.
Estimated value excluding VAT:
11 000 000 GBP
II.2.2) Information about options:
Options: no
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals:
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: 48 (from the award of the contract)
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:
This will be detailed within the Invitation to Tender.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be detailed within the Invitation to Tender.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
This will be detailed within the Invitation to Tender.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: This will be detailed within the Invitation to Tender.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
In accordance with the enclosed DPQQ instructions.
III.2.2) Economic and financial ability
(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 establishedIn accordance with the enclosed DPQQ instructions.
Minimum level(s) of standards possibly required: (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 establishedIn accordance with the enclosed DPQQ instructions.In accordance with the enclosed DPQQ instructions.
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 reliabilityIn accordance with the enclosed DPQQ instructions.
Minimum level(s) of standards possibly required: In accordance with the enclosed DPQQ instructions.
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 6
Objective criteria for choosing the limited number of candidates:
In accordance with the enclosed DPQQ instructions.
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
An electronic auction will be used: yes
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
WSPT/202
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: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
01.12.2016 – 16:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
31.1.2017
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
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. 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.
As part of the Supplier selection process the Authority requires all potential providers to complete a Dynamic Pre-Qualification Questionnaire (DPQQ), only those Companies who successfully pass this exercise will be invited to tender.
In relation to the Common Questions (Sections 5, 6 and 7) Potential Providers are required to achieve a pass mark of 60 % (and must score 3 or above in all questions) for these particular questions,
In relation to the specific LOT Questions (Sections 8, 9 and 10) Potential Providers are required to achieve a score of 3 (Good) or above; scores of either 0, 1 or 2 for these particular questions will result in automatic elimination, regardless of the other results relating to the Common Questions.
At the end of the evaluation process, the Authority has the intention to invite a minimum of three (3) and maximum of six (6) top-scoring Potential Providers for each LOT, in order to bid for the requirement in the next phase of the procurement process. Therefore, in the event that all Potential Providers are successful in both stages, only the six (6) top-scoring Potential Providers for each LOT will be taken forward.
If you have any difficulties sending the completed DPQQ please contact Miss Karen Wilson at least 48 hours prior to the return date. Email: DESShipsComrcl-WSpt-1b@mod.uk, Telephone: +44 (0)30 679 33663.
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: 3659AE637T.
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 Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2016111-DCB-9043411.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Ships, Warship Support
Bristol
United Kingdom
VI.5) Date of dispatch of this notice:
01.11.2016