Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 071-136132/EN)
Nature of contract: Service contract
Procedure: Negotiated procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Land Equipment, Operational Infrastructure Programme (OIP)
MOD, Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
For the attention of: Colin Reader
Phone: +44 117837859
Email: DESLEOI-Comrcl-Offr2a@mod.uk
Internet Address(es):
General address of the contracting authority: www.gov.uk/government/organisations/ministry-of-defence
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: Project TYRO — Close Support Bridge.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 3: Air transport services of passengers and freight, except transport of mail
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:Mobile bridges. Short description of the nature and scope of works or nature and quantity or value of supplies and services1. Mobile bridges1.1 The Departments Operational Infrastructure (OI) team has identified a possible future requirement for Heavy Forces Close Support Bridging (CSB) capability to support UK forces out to 2040. The CSB system is used within the direct fire zone (and dependant on TITAN Armoured Vehicle Launder Bridge (AVLB). The capability shall have a minimum Military Load Classification (MLC) of 100 Tracked.2. Contract Type2.1 A single contract to cover Demonstration, Manufacture and In Service Support for the CSB bridging system.2.2. The competition will run simultaneously with General Support Bridge (GSB) and in the event of a single Potential Provider being identified for both systems, a single contract may be awarded for both systems.3. Potential options to satisfy the capability requirements include but not limited to;3.1. An existing Commercial Off The Shelf system; or3.2. A Modified Off The Shelf system; or3.3. A system under development that shall be available for delivery for use on training, exercises and operations no later than the end 2021.4. The Authority Requires4.1. The system shall be suitably demonstrated against the contract requirements.4.2. That you would take Design Authority (DA) responsibility for the system you deliver should the system be taken forward to the manufacture phase.4.3. A system comprising approximately 25 — 35 sets which are rapidly launched/recovered by the TITAN Armoured Vehicle Launch Bridge (AVLB) with each set consisting of 2 x short bridge capable of spanning a gap of at least 11.5m and 1 x Medium Bridge capable of spanning a gap of at least 24.5m and is scalable to span a gap of at least 60m with the use of additional equipment whilst maintaining the minimum MLC. The system also includes a wheeled launch/recovery vehicle and wheeled support vehicles (vehicles/trailers) to transport bridging components.4.4 A support solution from delivery of first bridging set with potential options through the equipment life out to 2040.4.5 As part of this requirement, the Authority may consider inclusion of ‘Whole Force Approach’ in the equipment support solution.
II.1.6) Common procurement vocabulary (CPV): 34144300,
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:
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
1. A system comprising of approximately 25-35 bridge sets.
2. Initial expected contracted In service support until 2028.
3. Potential options to provide additional bridge sets.
4. Potential options to provide in service support until 2040.
Estimated value excluding VAT:
Range: between 50 000 000 and 150 000 000 GBP
II.2.2) Information about options:
Options: yes
Potential optional years for In Service Support out to 2040. Equipment quantities may vary.
Provisional timetable for recourse to these options: in months: (from the award of the contract): 120
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:
In accordance with the agreed (via ITN) milestone payment plan and equipment delivery schedule.
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
Envisaged minimum number: 1 and maximum number
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
OIP/0045
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU:2016/S 147-267031of02.08.2016
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
28.04.2017 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
29.9.2017
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 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: 29X3TQ9KXW.
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.
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: WCQS48352E.
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 (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-201747-DCB-9959749.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Land Equipment, Operational Infrastructure Programme (OIP)
MOD, Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Email: DESLEOI-Comrcl-Offr2a@mod.uk
VI.5) Date of dispatch of this notice:
07.04.2017