CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
Abbey Wood, NH3, Birch 3c, #3331 |
Bristol |
BS34 8JH |
UK |
Subbarao Moka |
+44 3067937105 |
subbarao.moka100@mod.gov.uk |
|
http://www.gov.uk/government/organisations/defence-equipment-and-support |
|
|
|
  |
|
  |
|
  |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityMSS/084 — Future Diesels |
II.1.2)
|
Type of supplies contract
 |
|
 |
|
 |
|
 |
|
 |
|
Main site or location of works, place of delivery or performance
United Kingdom UK |
II.1.3)
|
Information on framework agreement
 |
|
|
II.1.4)
|
Information on framework agreement (if applicable)
 |
|
 |
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Installation services of diesel engines. Engines and engine parts for warships. Installation services of marine engines. Refer to MSS-084 Questionnaire supporting information attached to this notice.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
51142000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
 |
|
 |
|
 |
|
 |
|
 |
|
|
II.1.8)
|
Division into lots Yes
 |
|
 |
|
 |
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeRefer to Statement of Support Requirements (SOSR) Attached to this notice. |
|
48 146 000GBP |
II.2.2)
|
Information about options |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals |
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 Terms of financing and payment and/or reference to the relevant provisions
Payment will follow delivery and acceptance of the goods or services via Contracting, Purchasing & Finance (CP&F).
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers 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 to which the performance of the contract is subject
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 a 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 or otherwise.
|
III.1.5)
|
Information about security clearance |
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation
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 http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates 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 standing |
III.2.3)
|
Technical and/or professional capacityThis information will be sought through a Pre-qualification Questionnaire (PQQ). Please see contract notice supporting information document.
For further information refer to MSS-084 PQQ Supporting information attached to this notice. |
III.2.4)
|
Reserved contracts
 |
|
 |
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate6 |
|
Objective criteria for choosing the limited number of candidates
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 http://www.contracts.mod.uk. or Award
The PQQ has been published on the Defence Contracts Online (DCO) portal. All responses to the PQQ must be submitted electronically via the AWARD portal only.
Responses for the return of this PQQ must be submitted by 2.1.2019 at 23:55. All responses must be submitted through the Award Portal only.
All communication with the Authority will be via the Award portal only.
Current set of suppliers that are already registered on Award Port through MSS/084- RFI, can use their current logins to access the PQQ project in Award
New Suppliers who are interested in submitting MSS/084- PQQ need to self-register on Award using the flowing URL
Self-Registration URL:
https://award.bravosolution.co.uk/mss084/web/login
Interested suppliers are required to complete the PQQ to provide information available on Award portal only that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
 |
|
|
IV.2)
|
Award Criteria
|
|
No |
|
|
|
Yes |
|
No
|
IV.2.2)
|
An electronic auction will be used No |
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
MSS/084
|
IV.3.2)
|
Previous publication(s) concerning the same contract
 |
|
 |
|
2018/S 148-340022 31-07-2018Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for requests to participate 02-01-2019
23:55 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 08-04-2019 |
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
Section VI: Complimentary Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community 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.
https://www.gov.uk/government/publications/government-security-classifications
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and http://www.contracts.mod.uk
The Authority is running this procurement using the ITN process as set out in Regulation 18 of the Defence and Security Public Contracts Regulations 2011.
The PQQ has been published on the Defence Contracts Online (DCO) portal. All responses to the PQQ must be submitted electronically via the Award portal only.
All communication with the Authority will be via the Award portal only.
The response portals for the MSS-084 PQQ have now been sealed so that you are able to provide a response to the tender documents. Guidance on using the portal can be found by logging into Award, selecting the “Help” link at the top right of the page, selecting “Supplier’s Award” from the list on the left hand column and the selecting “Using a Portal Project as a Supplier” option on the main page. This describes the use of Award from the supplier’s point of view on a single Portal, multi-lot project. With this project there is a single portals for you to complete and there are no lots at this stage.
If you have provided a response to the “Request For Information RFI-MSS-084” project within Award then access to the “MSS-084 PQQ” can be gained by using the same login details as have been used to respond to the “Request For Information RFI-MSS-084” project.
The MSS/084 PQQ Award Publish Document tab contains the following documentation.
— MSS-084 Questionnaire Supporting Information,
— 20181120-Lot 1_MSS 084 Statement of Support Requirements-Draft V5,
— 20181120-Lot 2_MSS 084 Statement of Support Requirements-Draft V2,
— 20181120-Lot 3_MSS 084 Statement of Support Requirements-Draft V2,
— 20181120_Lot 1 Combined Item List,
— 20181120_Lot 2 Combined Item List,
— 20181120_Lot 3 Combined Item List.
Suppliers should familiarise themselves with Statement of Support Requirements for Lot 1, Lot and Lot 3 before submitting their responses to the PQQ on Award portal.
The Award Documents tab contains a "MSS-084 -PQQ questionnaire and response tab "You should submit your responses and upload relevant documents under each section of MSS-084-PQQ questionnaire into this document group.
Responses for the return of this PQQ must be submitted by 2nd January 2019 @ 23:55. All responses must be submitted through the Award Portal only.
It should be noted that only one user per organisation should register for an account, and they can then request other users as needed (via a Clarification raised within Award®). It will be the decision of the project team whether these requests are granted.
New suppliers who have not previously registered their interest at RFI stage via the Award portal need to self-register on Award using the following URL
https://award.bravosolution.co.uk/mss084/web/project/103/register
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 https://www.contracts.mod.uk/delta. 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: 3X27MS76U7. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 2.1.2019 23:55. Please ensure that you allow yourself plenty of time when responding to this invite 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 call 0800 282 324.
. GO Reference: GO-20181122-DCB-13598568
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
MOD Abbey Wood,, #3331 | Birch 3c |
Bristol |
BS34 8JH |
UK |
subbarao.moka100@mod.gov.uk |
+44 3067937105 |
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS) |
MOD Abbey Wood,, #3331 | Birch 3c |
Bristol |
BS34 8JH |
UK |
subbarao.moka100@mod.gov.uk |
+44 3067937105 |
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 22-11-2018 |
|
ANNEX B
Information About Lots
|
1
MSS/084 — Spares Inclusive Upkeep: Marine Diesel Engines Lot 1 (Caterpillar, Cummins, Perkins and Volvo Penta Engines) |
1)
|
Short Description
Refer to Statement of Support Requirements (SOSR) Attached to this notice.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
51142000 |
|
|
|
|
|
3)
|
Quantity or scope
Installation services of diesel engines. Engines and engine parts. Engines and engine parts for warships. Parts of engines or motors. Installation services of engines. Installation services of marine engines. The objective is to deliver a sustainable support solution over a 7 (seven) year period for all current and future, marine diesel engines supported by MSS. This will ensure the continued safe operation of HM Ships and Submarines whilst driving continuous improvement in efficiency through economies of scale and smarter more effective support to increase availability.
The requirement to provide Purchasing spares, repair, overhaul and Post Design Services (PDS) for the Marine Diesel Engines Master Equipment across legacy and future platforms, including Complex Warship, Submarine and Royal Fleet Auxiliary (RFA) classes
5 000 0008 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
Refer to Statement of Support Requirements (SOSR) Attached to this notice
|
ANNEX B
Information About Lots
|
2
MSS/084 — Spares Inclusive Upkeep: Marine Diesel Engines Lot 2 (Paxman, MTU and Auxiliary Support Equipment) |
1)
|
Short Description
Refer to Statement of Support Requirements (SOSR) Attached to this notice.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
51142000 |
|
|
|
|
|
3)
|
Quantity or scope
Installation services of diesel engines. Engines and engine parts. Engines and engine parts for warships. Parts of engines or motors. Installation services of engines. Installation services of marine engines. The objective is to deliver a sustainable support solution over a 7 (seven) year period for all current and future, marine diesel engines supported by MSS. This will ensure the continued safe operation of HM Ships and Submarines whilst driving continuous improvement in efficiency through economies of scale and smarter more effective support to increase availability.
The requirement to provide Purchasing spares, repair, overhaul and Post Design Services (PDS) for the Marine Diesel Engines Master Equipment across legacy and future platforms, including Complex Warship, Submarine and Royal Fleet Auxiliary (RFA) classes
19 000 00029 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
Refer to Statement of Support Requirements (SOSR) Attached to this notice.
|
ANNEX B
Information About Lots
|
3
MSS/084 — Spares Inclusive Upkeep: Marine Diesel Engines Lot 3 (Wartsila Engines) |
1)
|
Short Description
Refer to Statement of Support Requirements (SOSR) Attached to this notice.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
51142000 |
|
|
|
|
|
3)
|
Quantity or scope
Installation services of diesel engines. Engines and engine parts. Engines and engine parts for warships. Parts of engines or motors. Installation services of engines. Installation services of marine engines. The objective is to deliver a sustainable support solution over a 7 (seven) year period for all current and future, marine diesel engines supported by MSS. This will ensure the continued safe operation of HM Ships and Submarines whilst driving continuous improvement in efficiency through economies of scale and smarter more effective support to increase availability.
The requirement to provide Purchasing spares, repair, overhaul and Post Design Services (PDS) for the Marine Diesel Engines Master Equipment across legacy and future platforms, including Complex Warship, Submarine and Royal Fleet Auxiliary (RFA) classes
11 000 00017 000 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
Refer to Statement of Support Requirements (SOSR) Attached to this notice.
|
|