Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 193-470225/EN)
Nature of contract: Public works contract
Procedure: Negotiated procedure
Regulation of procurement: EU
Contract notice
Works
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Kentigern House, Room 1.2.02-1.2.21, 65 Brown Street
Glasgow
Postal code: G2 8EX
United Kingdom
Contact points(s): Amy Johnson
Phone: +44 1412248299
Email: amy.johnson170@mod.gov.uk
Internet Address(es):
General address of the contracting authority: www.mod.uk/DIO
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 Falkland Island Remote Radar Head (RRH) Accommodation Replacement
II.1.2) Type of contract and location of works, place of delivery or of performance:
Works
Execution only
Main site or location of works, place of delivery or of performance: Glasgow City, not specified/other.
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:— construction work,— works for complete or part construction and civil engineering work,— building construction work,— multi-dwelling buildings construction work,— building demolition and wrecking work and earthmoving work.To complete the construction works to 3 remote radar head accommodation units within the Falkland Islands. In addition, works which include the demolition of the existing accommodation to all 3 sites would also be carried out as one continued sequence of work under a single contract within the construction programme.
II.1.6) Common procurement vocabulary (CPV): 45000000, 45200000, 45210000, 45211340, 45110000,
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:
To complete the construction works to 3 RRH accommodation units within the Falkland Islands. Works principally comprise of second fix Mechanical, electrical and plumbing (MEP) services, installation of none load bearing partitions, internal finishes, installation of fixed furniture and equipment and making good of existing external areas. In addition, works which include the demolition of the existing accommodation to all three sites would also be carried out as one continued sequence of work under a single contract within the construction programme.
1) The project as outlined above is for the replacement of the Remote Radar Head (RRH) domestic accommodation in the Falkland Islands. This is split across three sites, Mount Alice and Byron heights on the West Island and Mount Kent on the East Island. The construction on each site is broadly similar, however there are several small variations;
2) Construction across each of the sites has been progressed to the point at which the substructure, drainage, steel frame and external envelope are largely complete. The requirement is to bring the project to completion including the demolition and disposal of the ‘old’ existing accommodation;
3) To complete the project the authority has determined that the following works will need to be undertaken by a contractor across all 3 sites:
— internal fit out, including MEP services, internal envelope, finishes and kitchen installation,
— testing and commissioning of equipment already on the site (Inc. Air Handling Units),
— remedial works, including to the external building envelope and building structure,
— completion of external foul, storm water drainage system, external landscaping and infrastructure/services,
— demolition of the existing accommodation and removal of waste from site back to the UK,
— all redundant services are to be removed and the site of the existing accommodation buildings is then to be backfilled and levelled and to protect against erosion.
4) The RRH Accommodation Construction Status Report (Ref F) prepared by Ramboll UK provides a more detailed breakdown of the works which anticipated to be required across all 3 sites;
5) The authority has an aspiration for the completion and handover of the new accommodation blocks by the contractor no later than November 2021. The subsequent demolition, disposal and backfill of all three sites, to be completed by the end of 2022;
6) A significant quantity of the materials required to complete the works will be available on site and will be available ‘free-issue’ to the contractor. Materials which are not currently held will need to be procured and shipped to the Falklands/RRH sites by the contractor;
7) The materials supplied ‘free-issue’ to the contractor are in authority supplied ISO containers; the contractor will take on the management and maintenance of these ISO Containers and the return to the UK once the works are completed. There are approximately 350 ISO containers; this is made up of approximately 50 containers on each hill top site and the remainder at the Mount Pleasant Complex;
8) Due to the remote location of all 3 sites the requirement will encompass a significant logistical element with a contractor being responsible for transporting personnel, building materials and plant equipment to and from site. A contractor will also be responsible for the removal of all waste and redundant services from site back to the UK for disposal.
Estimated value excluding VAT:
Range: between 6 000 000 and 9 000 000 GBP
II.2.2) Information about options:
Options: no
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:
Not applicable.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not provided.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not provided.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Not provided.
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 (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 (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.The authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (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 (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 these criteria are at [DCO link for BiP to insert].Candidates 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
Economic and financial standing will be assessed by use of a pre-qualification questionnaire.
Minimum level(s) of standards possibly required: Economic and financial standing will be assessed by use of a pre-qualification questionnaire.Not provided.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Technical and/or professional capacity will be assessed by use of a 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:
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
Envisaged minimum number: 3 and maximum number
Objective criteria for choosing the limited number of candidates:
A pre-qualification questionnaire (PQQ) is provided on Defence Contracts Online. Potential providers with need to complete the relevant PQQ questions and submit it electronically as instructed in the PQQ documentation. Late PQQs will not be considered. The completed PQQ provides information that allows the MOD to evaluate the potential providers capacity and capability against the selection criteria set in the PQQ. The MOD will use the PQQ response to create a list of suppliers who are eligible to participate under Section III.2.1) of this Contract notice and who fulfil any minimum capacity levels under Sections III.2.2) and III.2.3) of this contract notice and who also best meet selection criteria set out in the PQQ. Full details of the method for choosing those who will be invited to negotiate are set out in PQQ.The authority reserves the right to down-select where a difference of 5 % or more separates bidders.
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 below:
IV.2.2) Information about electronic auction
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
Z9J3004Y12
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
2110201917:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
01.11.2019 – 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.
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
The information and/or documents for this opportunity are available on www.contracts.mod.uk/delta
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 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: X472886ADG
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 0800282324
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: X472886ADG
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 0800282324.
GO Reference: GO-2019102-DCB-15429065
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Room 1202-1221, Kentigern House, 65 Brown Street
Glasgow
Postal code: G2 8EX
United Kingdom
Phone: +44 1412248299
Email: amy.johnson170@mod.gov.uk
Body responsible for mediation procedures:
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Room 1202-1221, Kentigern House, 65 Brown Street
Glasgow
United Kingdom
VI.5) Date of dispatch of this notice:
02.10.2019