CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 029-051558/EN)
Nature of contract: Supply contract
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, Ships, Salvage and Marine Operations (S&MO)
Postal address: #3212, Ash 2b, Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Contact Person: Natasha Higgs
Telephone: +44 3067989500
Email: DESShipsComrcl-CSS-Grad1@mod.uk
Nuts code: UKM63
Internet address(es):
Main address: www.contracts.mod.uk

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply and Support of Containerised Dive Control Systems (CDCS).

Reference number: S&MOCB/3337
II.1.2) Main CPV code: 37412240
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Authority has identified a requirement to procure the supply and support of Containerised Dive Control Systems. The current Containerised Dive Control Systems is no longer sufficient in meeting the needs of the divers. As a result, there is a requirement for 2 20-ft ISO containers. The requirement is estimated to commence in April 2017. The support is needed for 4 years from the written acceptance of the containers by the Authority.
II.1.5) Estimated total value:
Value excluding VAT: 240000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKK41, UKM63
Main site or place of performance:
Plymouth, Lochaber, Skye and Lochalsh, Arran and Cumbrae and Argyll and Bute.

II.2.4) Description of the procurement:
The Authority has identified a requirement to procure the supply and support of Containerised Dive control Systems. The current Containerised Dive Control Systems are no longer sufficient in meeting the needs of the divers. As a result, there is a requirement for two ISO containers. The requirement is estimated to commence in April 2017. The support is needed for 4 years from the acceptance of the containers and maintenance will be needed every 2-3 months.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 240000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: Must be able to deliver at least one Containerised Dive Control System by 31 July 2017.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-03-13 Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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: 3P8QDSP73Y.
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-201728-DCB-9547932.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, Ships, Salvage and Marine Operations (S&MO)
Postal address: #3212, Ash 2b, Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 3067989500
E-mail: DESShipsComrcl-CSS-Grad1@mod.uk

VI.4.2) Body responsible for mediation procedures
Official name: Ministry of Defence, Ships, Salvage and Marine Operations (S&MO)
Postal address: #3212, Ash 2b, Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 3067989500
E-mail: DESShipsComrcl-CSS-Grad1@mod.uk
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Ministry of Defence, Ships, Salvage and Marine Operations (S&MO)
Postal address: #3212, Ash 2b, Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 3067989500
E-mail: DESShipsComrcl-CSS-Grad1@mod.uk
VI.5) Date of dispatch of this notice:2017-02-08

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