CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Additional information
Country: United Kingdom
OJEU Ref: (2016/S 165-297671/EN)
Nature of contract: Supply contract
Procedure: Competitive dialogue
Regulation of procurement: EU
Type of bid required: Mixed global and partial bid

Additional information
Supplies
UK-Bristol: Parts for warships
Ministry of Defence, Ships, Maritime Platform Systems (MPS), MSS Commercial, Ash 2c #3214, Abbey Wood, For the attention of: Nicky Greensides, Bristol BS34 8JH, . Telephone: +44 3067933415. E-mail: DESShipsMPS-MET-Comrcl-SPOC@mod.uk
(Supplement to the Official Journal of the European Union, 18.8.2016, 2016/S 158-286642)
RE:
35520000, 71336000, 71356300,
Parts for warships, Engineering support services, Technical support services,

Instead of:
II.1.5)

Short description of the contract or purchase(s):
Parts for warships. Engineering support services. Technical support services. Parts for warships. Engineering support services. Technical support services. Shafts, Propellers and Ancillary Equipment is utilised in a variety of forms across 2x Landing Platform Dock (LPD), 1x Landing Platform Helicopter (LPH), 13x T23, 8x Hunt Marine Counter Measures Vessel (MCMV), 7x Sandown, 4x T Class Ship Submersible Nuclear (SSN), 7x Astute Class Ship Submersible Nuclear (SSN) and 4x Ship Submersible Ballistic Nuclear (SSBN). The main purpose of this product grouping is the conversion of torque to longitudinal thrust i.e. propulsion of the vessel and includes the following Master Equipment:
a. Conventional Shafts and Propellers.
b. Submarine Shafts & Seals.
c. Shaft Ancillaries.
The Maritime Transmissions and Propulsors (MTP) team within the Marine Systems Support (MSS) group is planning to enhance the effectiveness and efficiency of the equipment management role and support solutions to deliver improved performance and value for Defence. This will be achieved through combining its in-service support requirements for Shafts, Propellers and Ancillary Equipment and there will be 3 lots available as follows:
a. Lot 1: Enabling Contract for the Supply, Repair, Post Design and Technical Support for White Metal Bearings and Associated Equipment.
b. Lot 2: Enabling Contract for the Supply, Repair, Post Design & Technical Support for Submarine and Ship Seals and Associated Equipment.
c. Lot 3: Enabling Contract for the Supply, Repair, Post Design & Technical Services for Shafts, Propellers and Associated Equipment.
II.2.1)

Total quantity or scope:
Lot 1: Enabling Contract for the Supply, Repair, Post Design and Technical Support for White Metal Bearings and Associated Equipment.
Lot 2: Enabling Contract for the Supply, Repair, Post Design and Technical Support for Submarine and Ship Seals and Associated Equipment.
Lot 3: Enabling Contract for the Supply, Repair, Post Design and Technical Services for Shafts, Propellers and Associated Equipment.
Estimated value excluding VAT:
Range: between 50 000 000 and 70 000 000 GBP
VI.3)

Additional information:
Accredited 3rd party (or Government Issued) Quality Management System (QMS) certification which includes and appropriate scope to meet the requirement. In the event that no certification is held, the company must be able to demonstrate that they operate and maintain a QMS acceptable to the Department for this requirement.
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
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: WQ43282345.
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-2016816-DCB-8637651.
Read:
II.1.5)

Short description of the contract or purchase(s):
Parts for warships. Engineering support services. Technical support services. Parts for warships. Engineering support services. Technical support services. Shafts, Propellers and Ancillary Equipment is utilised in a variety of forms across 2x Landing Platform Dock (LPD), 1x Landing Platform Helicopter (LPH), 13x T23, 8x Hunt Marine Counter Measures Vessel (MCMV), 7x Sandown, 4x T Class Ship Submersible Nuclear (SSN), 7x Astute Class Ship Submersible Nuclear (SSN) and 4x Ship Submersible Ballistic Nuclear (SSBN). The main purpose of this product grouping is the conversion of torque to longitudinal thrust i.e. propulsion of the vessel and includes the following Master Equipment:
a. Conventional Shafts and Propellers
b. Submarine Shafts & Seals
c. Shaft Ancillaries
The Maritime Transmissions and Propulsors (MTP) team within the Marine Systems Support (MSS) group is planning to enhance the effectiveness and efficiency of the equipment management role and support solutions to deliver improved performance and value for Defence. This will be achieved through combining its in-service support requirements for Shafts, Propellers and Ancillary Equipment and there will be 3 lots available as follows: Proposals can be offered against 1,2 or all 3 of the lots, each will be assessed individually, however savings would be expected to be defined where a bid is made against more than 1 lot.
a. Lot 1: Enabling Contract for the Supply, Repair, Post Design and Technical Support for White Metal Bearings and Associated Equipment.
b. Lot 2: Enabling Contract for the Supply, Repair, Post Design and Technical Support for Submarine and Ship Seals and Associated Equipment.
c. Lot 3: Enabling Contract for the Supply, Repair, Post Design and Technical Services for Shafts, Propellers and Associated Equipment.
II.2.1)

Total quantity or scope:
Proposals may be submitted for one or more Lots. Responses to the PQQ should make it clear which Lots companies are interested in submitting proposals for.
Lot 1: Enabling Contract for the Supply, Repair, Post Design and Technical Support for White Metal Bearings and Associated Equipment
Lot 2: Enabling Contract for the Supply, Repair, Post Design & Technical Support for Submarine and Ship Seals and Associated Equipment
Lot 3: Enabling Contract for the Supply, Repair, Post Design & Technical Services for Shafts, Propellers and Associated Equipment.
Range: between 50 000 000 and 70 000 000 GBP
VI.3)

Additional information:
Accredited 3rd party (or Government Issued) Quality Management System (QMS) certification which includes and appropriate scope to meet the requirement. In the event that no certification is held, the company must be able to demonstrate that they operate and maintain a QMS acceptable to the Department for this requirement.
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
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: WQ43282345.
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-2016825-DCB-8690294

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking