Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 151-348107/EN)
Nature of contract: Service contract
Procedure: Negotiated procedure
Regulation of procurement: EU
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Land Equipment, Armoured Vehicles Programmes – Artillery Systems Programme
MOD Abbey Wood, Artillery Systems, Elm 3a, #4325
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Janet Ellis
Phone: +44 3067939054
Email: Janet.Ellis900@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: Defence Targeting Toolset (DTT) Upkeep, Support and Release
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:
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:Software package and information systems.
II.1.6) Common procurement vocabulary (CPV): 48000000,
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 Artillery systems team within Defence equipment and support, part of the UK Ministry of Defence, intends to place with Raytheon Systems Limited (RSL) a 1-year contract for the provision of Support requirement of the Defence targeting toolset (DTT). DTT is a software application designed to support the targeting process by providing an auditable capability to process, transmit and access targeting information up to UK Secret both on deployed operations and within the UK. This will consist of agile modification and support of the software system.
Estimated value excluding VAT:
4 160 000 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
Duration in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
N/A.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Milestone Payments in arrears facilitated on CP&F.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/A.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: N/A.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
N/A.
III.2.2) Economic and financial ability
N/A.
Minimum level(s) of standards possibly required: N/A.N/A.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: (c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years, or during a shorter period if necessary, and:(i) the dates on which the goods were sold or the services provided;(ii) the consideration received;(iii) the identity of the person to whom the goods were sold or the service were provided;(iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and(v) where — (a)that person was not a Contracting Authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;(d) a statement of the technicians or technical services available to the economic operator to:(i) carry out the work under the contract, or(ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;(e) a statement of the economic operator’s:(i) technical facilities;(ii) measures for ensuring quality;(iii) study and research facilities; and(iv) internal rules regarding intellectual property;(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator’s educational and professional qualifications where the economic operator is an individual and:(i) if any, those of the economic operator’s managerial staff; and(ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;(i) a statement of the services provider’s or contractor’s average annual number of staff and managerial staff over the previous 3 years;(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the Contracting Authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the Contracting Authority(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the Contracting Authority;(n) a certificate:(i) attesting conformity to quality management systems standards based on the relevant European standard; and(ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certificationN/A.
Minimum level(s) of standards possibly required: N/A.
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: YES
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
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
ARTYSYS/00305
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
1608201810:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
17.08.2018 – 10:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
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
GO Reference: GO-201886-DCB-12956245
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Land Equipment, Armoured Vehicles Programmes – Artillery Systems Programme
Elm 3a #4325, MoD AbbeyWood
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 367939054
Email: Janet.Ellis900@mod.gov.uk
Internet address:
VI.5) Date of dispatch of this notice:
06.08.2018