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: (2018/S 192-435325/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU

Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Land Equipment, Other
VST-ATP, Spruce 1a, #1122, Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Mr Steve Cox
Phone: +44 3067971202
Email: steve.cox441@mod.gov.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: Future Support to Battle Group Thermal Imager (BGTI)
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: City of Bristol
Nuts code:
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:Military vehicles and associated parts. Parts of military vehicles. Repair and maintenance services. Maintenance and repair services related to specific parts of vehicles. Repair and maintenance services of optical equipment. Battle Group Thermal Imaging (BGTI) provides an enhanced capability to Warrior and CVR(T) Scimitar Armoured Fighting Vehicles by means of visual and thermal images for sighting and situational awareness, weapon targeting and as an aid to vehicle navigation. Since 2004, over 600 BGTI systems have been fielded providing the Armoured Battle Group with a coherent day and night fighting capability. The Vehicle Support Team has a requirement for the In-Service support of this equipment which will include the procurement of spares, sub assembly repair, obsolescence management, configuration management, maintenance of publications, and technical support.This Contract will be let using the restricted procedure of the DSPCR 2011. Interested parties are invited to complete the PQQ attached to this advert. The Authority will only invite suppliers who have completed the PQQ and satisfied its minimum requirements. A maximum of 6 suppliers will be invited to tender. In the event of more than 6 suppliers meeting the minimum requirements, only the 6 highest scoring suppliers will be invited to tender. The PQQ must be completed by 11:00 on 31.10.2018. Please use the PQQ Access Code: 9U985C6P2PIt is envisaged that the Contract will be for a 3-year period and include options to extend for a potential further 3 years. Please note that the Authority has no access to and will be unable to provide any test/repair specifications, drawings and other technical documentation for this requirement.The Authority, or any of its advisers, does not accept any liability in respect of this PQQ or any supporting documentation or liability for any costs or expenses borne by the Potential Provider or any of their Sub-contractors or advisers in this process. Nothing in the PQQ Documents is, or should be, relied upon as a promise or a representation as to the Authority’s ultimate decisions in relation to the BGTI Future Support contract. The publication of the PQQ Documents in no way commits the Authority to award any contract or pursue any tender process for the BGTI Future Support Requirement.The planned release date for the ITT is 12.11.2018. Suppliers invited to tender will be given a minimum of 40 calendar days to respond to this tender. Funding for this requirement has not been approved, and no bid costs will be covered. Invited tenderer’s bids will be evaluated to determine the Most Economically Advantageous Tender. No reverse auction will be used.
II.1.6) Common procurement vocabulary (CPV): 35400000, 35420000, 50000000, 50116000, 50344000,
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:
Estimated value excluding VAT:
30 000 000 GBP
II.2.2) Information about options:
Options: yes
Potential for 3, 1 year option periods to extend the provided support, subject to contract.
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:
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

III.2.2) Economic and financial ability

Minimum level(s) of standards possibly required:
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
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: NO
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: 2 and maximum number 10
Objective criteria for choosing the limited number of candidates:

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
AVPISP/00147
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
12.10.2018 – 17:00
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. 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.

The Cyber Security Risk Assessment has rated the risk for this requirement at: Very Low. You can certify you are equipped to deal with Contracts of this risk level by completing the Assurance Questionnaire at and using the following code: RAR-BMTN43RX. At this stage no assessment or scoring will be applied to supplier’s cyber resilience.
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: 9U985C6P2P
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-2018101-DCB-13293646
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Land Equipment
Vehicle Support Team — Armoured Tracks, Spruce 1a, #1122, Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067971202
Email: steve.cox441@mod.gov.uk
VI.5) Date of dispatch of this notice:
01.10.2018

Post written by: Andrew Perry

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