Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 134-275793/EN)
Nature of contract: Service contract
Procedure: Restricted 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, DSG, Defence Support Group (DSG)
MoD Donnington, Building B15
Telford
Postal code: TF2 8JT
United Kingdom
For the attention of: Robert Plant
Phone: +44 1952673902
Email: robert.plant@babcockinternational.com
Internet Address(es):
General address of the contracting authority: www.babcockinternational.com
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: IRM16/1305 repair and servicing of polycon communication systems.
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: Telford and Wrekin.
Nuts code: UKG21
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:Maintenance services of radio-communications equipment. Polycon Communication Systems. The Authority has a potential requirement to place a five year enabling contract plus 2 x 1 Year Options for the repair and servicing of Polycon Search and Rescue communication systems fitted to the Beach Recovery Vehicle (BRV) The following NSN’s are applicable :-5820-25-150-4468 Receiver — Transmitter Radio MP20-00U.6130-25-150-4469 Charger, Battery CHG1236M/S.5820-25-150-4467 Base Station, Radio Set 004-RLI-00U.6130-25-160-7585 Adapter, Battery Charger (Power Supply).5985-01-598-9552 Antenna HSMP73815.5985-25-150-4471 Antenna (Spare for Item 1) SB410.5995-99-474-7067 Cable Assembly, Special Purpose, Electrical HSMP3462.5995-99-958-5592 Cable Assembly, Special Purpose Electrical (Audio Harness) HSMP3463.5995-99-459-1901 Cable Assembly, Radio Frequency, HSMP3465.5965-25-160-8361 Headset — Microphone AX-HS-0010 Rev 1.1.5965-25-160-7586 Cover, Microphone AX-ACS-GEN-49-01.The Authority reserves the right to add items of a similar nature to the contract during its lifetime.
II.1.6) Common procurement vocabulary (CPV): 50333000,
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:
The Authority has a potential requirement to place a five year enabling contract for the repair and servicing of Polycon Search and Rescue Communication Systems fitted to the Beach Recovery Vehicle (BRV). There will also be the provision for two one year options should this be required and subject to satisfactory supplier performance. At present the possible future requirement covers, but is not limited to the repair and servicing of Poycon Headsets, transmitters and other associated equipment.
The successful Contractor(s) will be required to:-
Repair and re-manufacture the equipment in accordance with the relevant AESP.
Preserve, package and deliver the completed equipment.
All repaired assemblies are to be covered by a warranty period.
A menu pricing structure to be offered but not limited to the following level of repair:-
Major.
Minor.
Beyond Economic Repair (BER).
QA standards or equivalent: The Contractor shall hold and maintain a certification to ISO 9001:2008 or equivalent quality accreditation to a correct scope relevant to this requirement.
The Contractor shall be responsible for the procurement of all replacement parts and they shall meet or exceed the OEM specification and shall be purchased from an approved supplier. Certificates of Conformity (COC) shall be obtained for all parts which have not been sourced from the OEM.
Expressions of Interest will be via the Dynamic Pre-Qualification Questionnaire (DPQQ) linked to this Contract Notice. Only those expressions of interest that fully meet the above criteria and DPQQ shall be considered for Invitation to Tender.
No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this Contract Notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this place only on the basis that they fully understand and accept his position.
Estimated value excluding VAT:
Range: between 150 000 and 350 000 GBP
II.2.2) Information about options:
Options: yes
Babcock DSG acting on behalf of the UK Ministry of Defence has a potential requirement to place a 5 Year Framework Agreement with the possibility of a further 2 x 1 Year options.
Provisional timetable for recourse to these options: in months: (from the award of the contract): 48
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:
None.
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, works or services.
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
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 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.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
Minimum level(s) of standards possibly required: ‘The estimated annual contract value is 40 000 GBP. If the estimated annual contract value is greater than 40 % of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include:(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.A financial assessment will be undertaken on the supplier’s financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.’.
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
Restricted
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 12
Objective criteria for choosing the limited number of candidates:
Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.The Authority will use the PQQ response to create a shortlist of tenderers who:(1) are eligible to participate under Section III.2.1) of this Contract Notice;(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice.Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.
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
IRM16/1305
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
14.08.2017 – 23:55
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
11.9.2017
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 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: 6N2WH57NTB GO Reference: GO-2017713-DCB-10623940.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, DSG, Defence Support Group (DSG)
Telford
United Kingdom
VI.5) Date of dispatch of this notice:
13.07.2017