Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 198-449530/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Regulation of procurement: EU
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, DE&S Mat Strat
NH3, Birch 3a, Mailpoint#3320
Bristol
Postal code: BS34 8Jh
United Kingdom
Contact points(s): Tenga Davies
Phone: +44 7939599924
Email: tenga.davies150@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: MSCIPLOT8E
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: United Kingdom.
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:Submarines. One-off purchase of submarine inventory.
II.1.6) Common procurement vocabulary (CPV): 35512000,
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:
16 324 GBP
II.2.2) Information about options:
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:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
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
MSCIPLOT8E
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
2611201823:55
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
27.11.2018 – 23:55
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.
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: 3EU7NFXM6Q. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 4.12.2018 23:55. Please ensure that you allow yourself plenty of time when responding to this invite 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 call 0800 282 324. GO Reference: GO-2018108-DCB-13335458
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, DE&S Mat Strat, Maritime Spares (MS)
Filton Abbeywood, Stoke Gifford
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 7939599924
Email: TENGA.DAVIES150@MOD.GOV.UK
Body responsible for mediation procedures:
Ministry of Defence, DE&S Mat Strat, Maritime Spares (MS)
Filton Abbeywood, Stoke Gifford
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 7939599924
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, DE&S Mat Strat, Maritime Spares (MS)
Filton Abbeywood, Stoke Gifford
Bristol
Postal code: BS3 8JH
United Kingdom
Phone: +44 7939599924
Email: TENGA.DAVIES150@MOD.GOV.UK
VI.5) Date of dispatch of this notice:
08.10.2018