CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-Bristol: Installation services of diesel engines.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, Ships, Maritime Platform Systems (MPS)
Abbey Wood, NH3, Birch 3, #3331, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067937105, Email: subbarao.moka100@mod.gov.uk
Contact: Subbarao Moka
Main Address:
NUTS Code: UK

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Applications must be sent to: As Above

I.2)Type of the contracting authority and main activity or activities:
Ministry or any other national or federal authority, including their regional or local subdivisions

I.3) Main activity:
Defence

I.4) Contract award on behalf of other contracting authorities/entity:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: MSS/107 – Incentivised Upkeep Process Improvement: (MTU Diesel Generator Support Contract)
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 3

Region Codes: UK – UNITED KINGDOM
II.1.3)Framework agreements: Not Provided

II.1.5)Short description of the contract or purchase:
Installation services of diesel engines. Installation services of diesel engines. Engines and engine parts for warships. A Sustainable support solution and through life support Contract for the MTU Diesel Generator Support Contract MSS/107 (5 + 2 years) Incentivised Upkeep Process Improvement (IUPI) contract in support of Marine Support Systems conducted in accordance with the Negotiated Procedure under the Defence and Security Public Contract Regulations 2011 (“the Regulations”). This is to include: installation services of MTU diesel generator engines; repair of diesel generator engines and diesel generator parts; to ensure the continued safe operation whilst driving continuous improvement in efficiency through economies of scale and smarter more effective support to increase availability.

The Authority is also seeking an Option that uses the management, manipulation and exploitation of data to reduce supports costs whilst improving equipment availability and delivering management and administrative efficiencies. This is aimed to complement and support the Royal Navy’s wider development of intelligence led demands on support by better manipulating and exploiting data. Further information is contained in the Draft Statement of Support Requirements (SOSR) Activity 5 (Option). Whilst the aim is for the market to propose digital solutions, examples could include: remote engine hour monitoring & trend analysis; predictive maintenance; automated stores ordering and alternative supply chains; digital documentation; on-line automated configuration control; stock volume breaks and bulk buy options. This will complement and support the Royal Navy’s wider development of intelligence led demands on support by better manipulating and exploiting data.

Supplier Note : A remote MSS/107 Market engagement Day using Microsoft Teams will be held on 5th November 2020 between 13:00 hr. – 16:00 hr. to provide further information and answer any questions ahead of the PQQ Submission on 23rd November 2020 . Microsoft Teams meeting link will be issued through AWARD Communication portal on 3rd November 2020.

II.1.6)Common Procurement Vocabulary:
51142000 – Installation services of diesel engines.

II.1.7)Information about subcontracting:
Not Provided
II.1.8)Division into lots: No
II.1.9)Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope (including all lots, renewals and options):
Refer to Draft Statement of Support Requirements (SOSR) attached to this

The Current scope for the range of equipment that has been identified within the proposed Future Diesels contract MSS/107 SOSR is estimated at £14 – £16M. This requirement will be contracted to the potential tenderers through MSS/107 Contract for a Contract duration (5+ 2 years)

However, it is the contracting authority intention to plan for the inclusion of additional future scope currently estimated at approximately £5M to MSS/107 Contract duration (5+ 2 years). This additional scope is not a guarantee of work.
Estimated value excluding VAT:
Range between: 14,000,000 and 19,000,000
Currency: GBP

II.2.2)Options: Not Provided
II.2.3)Renewals: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will follow Delivery and Acceptance of the Goods or Services via Contracting, Purchasing & Finance (CP&F).

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the Contract.

III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.
III.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided

III.2)Conditions For Participation
III.2.1)Economic and financial capacity:
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) 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 these criteria are at

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 standing:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
(a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance;

Information and formalities necessary for evaluating if the requirements are met:
Potential Providers will be required to demonstrate that their average annual turnover obtained during the last 2 financial years is sufficient to meet the Authority’s requirement. Specifically, if the proposed contract value is greater than 25% of the Potential Provider’s turnover, the Authority reserves the right to disqualify you from this process. The estimated annual contract value for this contract is between £2,000,000 and £ 3,000,000.
Minimum level(s) of standards possibly required: (if applicable)
Please see MSS/107- Supporting Information Document.
Minimum level(s) of standards possibly required: (if applicable)
Please see MSS/107- Supporting Information Document.
III.2.3) Technical and/or professional capacity:
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:
This information will be sought through a Pre-Qualification Questionnaire (PQQ) on AWARD.

Minimum level(s) of standards possibly required: (if applicable)
Please see MSS/107- Supporting Information Document.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
Please see MSS/107- Supporting Information Document.
III.2.4) Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Execution of service is reserved to particular profession: Not Provided
III.3.2)Legal person should indicate the names and professional qualifications of the staff responsible for execution of the service: Not Provided
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 number of operators: 6

Objective Criteria for choosing the limited number of candidates:
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 www.contracts.mod.uk. or
AWARD

Supplier Note : A remote MSS/107 Market engagement Day using Microsoft Teams will be held on 5th November 2020 between 13:00 hr. – 16:00 hr. to provide further information and answer any questions ahead of the PQQ Submission on 23rd November 2020

ALL QUESTIONS INCLUDING PART 2 FORM F- PROJECT QUESTIONS

The potential bidder’s response to all questions up to Part 2 Form F will be scored either compliant (Pass) or non-compliant (Fail). If a response to any question is scored as non-compliant the remainder of the PQQ will not be marked and the company will not be taken forward to ITN.

Where a potential bidder does not return a response to a question, the Authority will score the question Fail. In circumstances of minor error or omission, the Authority reserves the right to decide whether further clarification will be sought. Where a score of Fail, one or zero is achieved for any question the PQQ response will be deemed non-compliant and will not be taken further in MSS/107 PQQ Evaluation process.

For Part 2 Form F scores will be awarded to these questions based upon answers provided by the potential bidder in their PQQ response through the AWARD portal. A maximum score of 5 can be achieved for each question and this score will be multiplied by the question weighting to give a total percentage score. The weighting is defined against each question. Each participant will be required to achieve a minimum combined total of 40% against all technical question listed in Section Part 2 Form F to be deemed compliant.

The six (6) Potential Providers for MSS/107 PQQ who receive the highest technical scores, to 2 decimal places, will be taken forward to the Invitation to Negotiate Stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Not Provided
IV.2)Award Criteria
IV.2.1)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)An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: MSS/107
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

Date: 17/11/2020 Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 18/11/2020
Time: 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 22/01/2021
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English

Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)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.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: 6S87DH7863. Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is 23/11/2020 17:00. 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.

SUPPLIER INSTRUCTIONS FOR SUBMITTING FUTURE MTU DIESEL GENERATOR SUPPORT CONTRACT MSS-107 – PQQ

a) The Authority is running this procurement using the ITN process as set out in Regulation 18 of the Defence and Security Public Contracts Regulations 2011.

b) The PQQ has been published on the Defence Contracts Online (DCO) portal. All responses to the PQQ must be submitted electronically via the AWARD portal only.

c) All communication with the Authority will be via the AWARD portal only.

d) Team Self-Registration is enabled for this Project. The Registration Close Date is on 17th November 2020 at 10:00.

Suppliers can sign up on the MSS/107 Supplier Registration through the following URL:

e) It should be noted that only one user per organisation should register for an account,.
Once the Authority has verified that the organisation is genuine, the Authority will enable the organisation’s Response Team Manager to add a further supplier user to the entity in AWARD.

f) The response portals for the MSS-107 PQQ have now been sealed so that you are able to provide a response to the tender documents. Guidance on using the portal can be found by logging into AWARD, selecting the “Help” link at the top right of the page, selecting “Supplier’s AWARD” from the list on the left hand column and the selecting “Using a Portal Project as a Supplier” option on the main page. This describes the use of AWARD from the supplier’s point of view on a single Portal.

g) Suppliers should familiarise themselves with Draft Statement of Support Requirements for MSS/107 before submitting their responses to the PQQ on AWARD portal.

h) The AWARD Documents tab contains a “MSS-107 -PQQ questionnaire and response tab “You should submit your responses and upload relevant documents under each section of MSS-107-PQQ questionnaire into this document group.

i) Responses for the return of this PQQ must be submitted by 23rd November 2020 by 17:00hr. All responses must be submitted through the AWARD Portal only.

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, Ships, Maritime Platform Systems (MPS)
Abbey Wood„, #3331 I Birch 3c,, Bristol,, BS34 8111,, United Kingdom
Tel. +44 3067937105, Email: subbarao.moka100@mod.gov.uk

Body responsible for mediation procedures:
Ministry of Defence, Ships, Maritime Platform Systems (MPS)
Abbey Wood,,, #33311Birch 3c,, Bristol,, BS34 8JH,, United Kingdom
Tel. +44 3067937105, Email: subbarao.moka100@mod.gov.uk

VI.4.2)Procedures for appeal: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Ships, Maritime Platform Systems (MPS)
Abbey Wood, Bristol, BS34 8JH, United Kingdom
Tel. +44 1179132548

VI.5) Date Of Dispatch Of This Notice: 27/10/2020

ANNEX A


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 19, 2024

105mm Illumination Shells

Type of document: Contract Notice Country: United Kingdom 1. Title: 105MM ILLUMINATION SHELLS 2. Awarding Authority: Ministry of Defence, GB Email: michelle.seymour102@mod.gov.uk.

April 19, 2024

708933450 PORT AGENCY CONTRACT CYPRUS (PACC): DPQQ CN

Type of document: Contract Notice Country: United Kingdom 1. Title: 708933450 PORT AGENCY CONTRACT CYPRUS (PACC): DPQQ CN 2. Awarding Authority: Ministry of Defence Ministry