Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 161-369411/EN)
Nature of contract: Service contract
Procedure: Restricted 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, DSG, Defence Support Group (DSG)
Building B15, MOD Donnington
Telford
Postal code: TF2 8JT
United Kingdom
Contact points(s): Sam Cufflin-Wallis
Email: samantha.cufflin-wallis@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: IRM17/5849 — The Repair of Hydraulic Assemblies
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: Telford and Wrekin
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:Repair and maintenance services of military vehicles. Maintenance and repair services related to specific parts of vehicles. Babcock DSG working as an agent for the UK MOD has the potential requirement for the repair of various hydraulic assemblies as fitted to a number of different vehicle fleets over a 2 year contract. NSN’s included but not limited to:4320-99-555-0635 — Main Hydraulic Pump2590-99-297-7210 — Cylinder Assembly3040-99-888-7220 — Cylinder Assembly4810-99-258-9195 — Main Control Valve4320-99-880-3715 — Pump Rotary2590-99-666-4110 — Cylinder Assembly4320-99-241-6659 — Reversionary Pump4320-99-880-8406 — Reversionary Pump2530-99-726-0432 — Reservoir4810-99-273-8078 — Valve Assembly4320-99-851-0534 — Ram, Hydraulic4320-99-997-0445 — Pump, Hydraulic
II.1.6) Common procurement vocabulary (CPV): 50630000,
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 the potential requirement to place a two year framework agreement for the repair of various hydraulic assemblies. There will also be the provision for two one year options should this be required and subject to satisfactory supplier performance. The NSN’s covered on this contract are used on a number of vehicles including, but not limited to, Titan and Trojan. This requirement will ensure sufficient repairable hydraulic assemblies are available to support the front line command for a number of platforms.
The Authority reserves the right to add items of a similar nature during the lifetime of the contract.
The successful contractor will be required to:
— repair the equipment in accordance with the relevant AESP and/ or OEM’s specification,
— preserve, package and deliver the completed equipment.
All repaired assemblies are to be covered by a warranty period.
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 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 process only on the basis that they fully understand and accept this position.
Estimated value excluding VAT:
Range: between 1 000 000 and 1 600 000 GBP
II.2.2) Information about options:
Options: yes
There will be the possibility of 2 x 1 year options.
Provisional timetable for recourse to these options: in months: (from the award of the contract): 24
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion
Duration in months: 48 (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:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment follows 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 the 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 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.
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: The requirement as stated in the Dynamic Pre Qualification Questionnaire (DPQQ) shall prevail.
Minimum level(s) of standards possibly required: The requirement as stated in the Dynamic Pre Qualification Questionnaire (DPQQ) shall prevail.
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: NO
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 9
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
IRM17/5849
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
19.09.2018 – 15:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
17.10.2018
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
Cyber Protection Risk Assessment Ref: RAR-YJTW82AD. Risk Profile: Very Low
All responders are required to complete a Supplier Assurance Questionnaire (SAQ) at , to demonstrate compliance. Bidding organisations will need to enter this reference when completing the SAQ, in order to link their response to this Risk Assessment.
If you require any assistance, please contact:
— The service support centre if your query relates to system navigation or access, using the contact form, or by tel: (+44) 0161 413 7981
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: JVWQDJY45R.
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-2018820-DCB-13045388
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, DSG, Defence Support Group (DSG)
Building B15, MOD Donnington
Telford
Postal code: TF2 8JT
United Kingdom
VI.5) Date of dispatch of this notice:
20.08.2018