Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 072-173692/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Helicopters, Apache Project Team
Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Mr Christopher Davidge
Phone: +44 3067986184
Email: christopher.davidge100@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: Supply of Apache AH-64E Toolkits
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: Bristol, City of
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:Tools, hand tools, miscellaneous hand tools, pneumatic or motorised hand tools, pneumatic hand tools, hand-held electromechanical tools, tool holders, power tools, machine tools, special-purpose machine tools, security, fire-fighting, police and defence equipment, tools, locks, keys, hinges, fasteners, chain and springs. The authority has a requirement to purchase a total number of 146 x AH-64E specific toolkits (refer to section II.2.1) Total quantity or scope (including all lots, renewals and options) and additional information for a breakdown) required to support the Apache AH-64E platform of which are profiled over 2 years (2020/2021 and 2021/2022) with deliveries due to take place in Sept 20, Jan 21 and Jul 22. Further breakdown of the toolkits is set out within the Statement of Requirement (SoR) which is attached to the PQQ. Please refer to section VI.3) Additional information on how to access the PQQ.
II.1.6) Common procurement vocabulary (CPV): 44510000, 44511000, 44512000, 42650000, 42651000, 42652000, 42671000, 43830000, 42600000, 42611000, 35000000, 44500000,
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:
146 x AH-64E specific toolkits consisting of:
General mechanic tool kit — pt No: CATSGMTK14 / NSN: 5180-01-628-2375: qty 58.
Power train repairer tool kit — pt No: CATSPTTK14 / NSN: 5180-01-628-2374: qty 20.
Electrical repairer tool kit — pt No: CATSELTK14 / NSN: 5180-01-628-2373: qty 20.
Hydraulic repairer tool kit — pt No: CATSHYTK14 / NSN: 5180-01-628-2370: qty 12.
Airframe repairer tool kit (also known as Sheet Metal Tool Kit) – Pt No: CATSSMTK14 / NSN: 5180-01-628-2376: Qty 12.
Power plant repairer tool kit — pt No: CATSPPTK14 / NSN: 5180-01-628-2371: qty 20.
Technical inspector tool kit — pt No: CATSTITK14 / NSN: 5180-01-628-2372: qty 4.
Estimated value excluding VAT:
Range: between 1 and 875 000 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:
The contractor shall provide the contractor deliverables to the authority at the contract price. The contract price shall be a firm price unless otherwise stated in Schedule 3 (Contract Data Sheet). Subject to condition 35, the contract price shall be inclusive of any UK custom and excise or other duty payable. The contractor shall not make any claim for drawback of UK import duty on any part of the contract deliverables supplied which may be for shipment outside of the UK. Payment for contractor deliverables will be made by electronic transfer and prior to submitting any claims for payment under Clause 36 (Payment and Recovery of Sums Due) the contractor will be required to register their details (supplier on-boarding) on the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. The contract price excludes any UK output Value Added Tax (VAT) and any similar EU (or non-EU) taxes chargeable on the supply of contractor deliverables by the contractor to the authority.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
(a) a clear statement that all members of the group are jointly and severally liable for the contents of the group’s tender and, in the event the group is awarded the contract, the performance of the contract;(b) submit a signed statement from each of the members, confirming their participation in the group and that they are not participating singularly and/or in any other group taking part in the same procurement procedure;(c) a statement signed by all members of the group authorising the lead partner to act on behalf of the group; and(d) All member of such group shall be eligible and shall provide evidence on their eligibility.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Nothing within this contract will be protectively marked above Official, therefore a security aspects letter is not required.The authority has completed the risk assessment which is the first stage in the Defence Cyber Protection Partnership (DCPP) Cyber Security Model. It is a questionnaire that assesses the cyber risk profile of a contract. The cyber risk level is set at very low and the following Risk Assessment Reference (RAR) has been, reference number: RAR-B3HE4BHT.This reference number has been to tenderers and those looking to submit a tender response are required to complete a related online supplier assurance questionnaire (SAQ) using the Octavian tool which can be accessed via the following link:
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 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. 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
Minimum level(s) of standards possibly required: Economic and financial standing will be assessed by use of a pre-qualification questionnaire.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Minimum level(s) of standards possibly required: Technical and/or professional capacity will be assessed by use of a pre-qualification questionnaire.
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
Restricted
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
700432376
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU:2019/S 247-611084of23.12.2019
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
0605202023:59
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
07.05.2020 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
25.05.2020
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: A79ZCG2SVM.
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-202048-DCB-16327687
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Helicopters, Apache Project Team
Bristol
United Kingdom
Body responsible for mediation procedures:
Ministry of Defence, Helicopters, Apache Project Team
Bristol
United Kingdom
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Helicopters, Apache Project Team
Bristol
United Kingdom
VI.5) Date of dispatch of this notice:
08.04.2020