CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-005189/EN)
Nature of contract:
Procedure: Not applicable

Contract notice

Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence
Abbey Wood South
Bristol
Postal code: BS34 8JH
United Kingdom
For the attention of: thorne margaret
Email: margaret.thorne404@mod.gov.uk
Internet Address(es):
General address of the contracting authority:
Electronic submission of tenders and requests to participate:
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: Ships Protective Systems (SPS) Degaussing Control Equipment In-Service Support (ISS)
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
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:
The Defence Equipment & Support (DE&S) Maritime Combat Systems (MCS) Underwater and Electronic Warfare (UEW) team is responsible for providing in-service support (ISS) to Ships Protective Systems (SPS) equipment across the Royal Navy (RN) Fleet and Submarine Delivery Agency (SDA) direct to Platform teams and front-line units.
As part of this in-service support the Degaussing Control Equipment (DCE) is an equipment group which reduces ships’ magnetic signature i.e., the magnetic disturbance of a vessel in the earth’s magnetic field. This signature is the most significant of the influences that trigger naval influence mines.
It is anticipated the contract duration will be five (5) years with two (2) option years (1+1).
Any potential bidder may be required to provide for an example the following services:
Core Activities
The Contractor shall provide the following in-service support elements:
• System Design Authority Management
• Project Management
• Quality Management
• Risk Management
• Health, Safety & Environmental Management
• Obsolescence Management
• Configuration Management
• Software Support
• Supply Chain management and reporting
• Equipment Upkeep Management
• Post Design Services
• Technical Support
Supply Support – Non-Core
• Supply Support Activities
• Single item ownership
• Support and Test Equipment
• Accounting Classification
• Supply of stock
• Packaging, Handling, Storage and Transport
Equipment Upkeep Management – Non-Core
• Repair and Refurbishment of Articles
• Testing
• Calibration
• Disposal
Post Design and Technical Services – Non-Core
• Post Design Services
• Technical Services
• Task Initiation
• Contractors on Deployed Operations (CONDO)

II.1.6) Common procurement vocabulary (CPV): 31720000,
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:
II.2.2) Information about options:

II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion
Duration in months: 60 (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:
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

Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
– Browse to the eSourcing Portal
– Click the “Click here to register” link
– Accept the terms and conditions and click “continue”
– Enter your correct business and user details
– Note the username you chose and click “Save” when complete
– You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
– Login to the portal with the username/password
– Click the “PQQs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier)
– Click on the relevant PQQ to access the content.
– Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
– This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
– Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
– You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
– You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
– Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
– There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2) Economic and financial ability
Details of Evaluation Criteria can be found in the following attachment to the DPQQ:“20230220-SPS-DCE DPQQ Guidance Instructions”
Minimum level(s) of standards possibly required:
Details of Evaluation Criteria can be found in the following attachment to the DPQQ:“20230220-SPS-DCE DPQQ Guidance Instructions”

III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Responses to the DPQQ will be subject to evaluation against a pre-set evaluation matrix to identify the companies considered most suitable to be invited to tender for the requirement.
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 number of operators:6
Objective criteria for choosing the limited number of candidates:
Best Technical Score
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
706438450
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU:2023/S 000-001259of16.1.2023
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
23.3.2023 – 16:00
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
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 intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
MoD
Bristol
United Kingdom
Body responsible for mediation procedures:
MoD
Bristol
United Kingdom
VI.4.3) Service from which information about the lodging of appeals may be obtained:
MoD
Bristol
United Kingdom
VI.5) Date of dispatch of this notice:
21.2.2023

RELATED ARTICLES

May 10, 2026

Defence Rental Accommodation Project

Type of document: Contract Notice Country: United Kingdom Publication Ref: 042508/S 000-2026 Nature of contract: Service contract Procedure: Not specified Regulation of procurement: Not applicable Type

May 10, 2026

713718450 - Light Mobility Vehicle - UK2

Type of document: Contract Notice Country: United Kingdom Publication Ref: 042687/S 000-2026 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type