CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

OTHER-

January 19, 2021

Watch Webinar

 

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-000856/EN)
Nature of contract:
Procedure: Not applicable
Regulation of procurement: Not applicable

Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Ships, Other
MOD Abbey Wood South, Birch 3c, #3331
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Daniel Orchard
Phone: +44 3001638732
Email: Daniel.Orchard101@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: MSS/101: Waste Management Equipment Support
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: Bristol, City of
Nuts code: UKK11
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:
Repair, maintenance and associated services related to marine and other equipment. Marine equipment. The Marine Systems Support team within Defence Equipment and Support, which is part of the UK Ministry of Defence, is looking for a supplier for the provision of spares, repairs and post design & technical services for the following Waste Management Equipment Master Equipment Groupings aboard in-service Royal Navy surface ships and submarines:
a. Garbage Processing Plant, Plastic Processing Plant
b. Shredder/Compactor
c. Sewage Treatment/Holding Plants
d. Membrane Bio-Reactor (MBR)
e. Oily Water Separator
The Contract will be awarded in accordance with the Defence and Security Public Contracting Regulations (DSPCR) 2011 as applicable.
Interested bidders are invited to provide a response to the Dynamic Pre-Qualification Questionnaire for this requirement.

II.1.6) Common procurement vocabulary (CPV): 50240000, 34930000,
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:
One (1) contract will be awarded to cover the scope of the requirement.
Estimated value excluding VAT:
35000000 GBP
II.2.2) Information about options:
Options: yes

The contract will include two (2) options:
– To increase the number of Astute-class Submarines supported by MSS/101 from three (3) to seven (7); and
– To add the waste management equipment fitted on Type 45 Destroyers and Queen Elizabeth-class Aircraft Carriers (and any associated Master Equipment Groupings) to the scope of MSS/101.
Further detail on this shall be included within the Invitation to Negotiate (ITN).

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:

A Bank Guarantee may be required.

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Payment will follow the Delivery and Acceptance of the Goods or Services via the Authority’s Contracting, Purchasing and Finance (CP&F) tool.

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 submit 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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions:
The Authority reserves the right to amend any condition related to the 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.
CONDO will apply to this contract.

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
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.
A Statement of Good Standing will be required at DPQQ stage.

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:
This information may be sought through the attached Dynamic Pre-Qualification Questionnaire (DPQQ) and Contract Notice Supporting Information Document.

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 6
Objective criteria for choosing the limited number of candidates:

The six (6) candidates who receive the highest technical scores, to 2 decimal places and who have not been excluded from the next stage of the competition due to being deemed “Non-Compliant” (as detailed within the Contract Notice Supporting Information Document) will be taken forward to the Invitation to Tender Stage.

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
MSS/101: Waste Management Equipment Support
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: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
26.2.2021 – 17:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
21.5.2021
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: 8846V8N77B.
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-2021115-DCB-17649227
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Ships, Other
MOD Abbey Wood South, Birch 3c, #3331
Bristol
Postal code: BS34 8JH
United Kingdom
VI.5) Date of dispatch of this notice:
15.1.2021


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

March 29, 2024

United Kingdom-Bristol: Procurement and Support of a Link 16 Network Management System (NMS)

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-010218/EN) Nature of contract: Procedure: Not applicable Section I: Contracting authority I.1) Name addresses and

March 29, 2024

United Kingdom-Salisbury: EHub Applied Research Support

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-010395/EN) Nature of contract: Service contract Procedure: Negotiated without a call for competition Type