Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence, Ships, Other
MOD Abbey Wood South, Birch 3c, #3331
Bristol
BS34 8JH
Contact
Daniel Orchard
Email(s)
Telephone
+44 3001638732
Country
United Kingdom
Internet address(es)
General address of the contracting authority/entity
https://www.gov.uk/government/organisations/defence-equipment-and-support
Further information
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)
one.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
one.3) Main activity
Defence
one.4) Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities:
No
Section two: Object of the contract
two.1) Description
two.1.1) Title attributed to the contract by the contracting authority
MSS/101: Waste Management Equipment Support
two.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
Bristol, City of
NUTS code
- UKK11 - Bristol, City of
two.1.5) Short description of the contract or purchase(s)
Repair, maintenance and associated services related to marine and other equipment. Marine equipment. The Marine Systems Support team within Defence Equipment and Support, which is part of the UK Ministry of Defence, is looking for a supplier for the provision of spares, repairs and post design & technical services for the following Waste Management Equipment Master Equipment Groupings aboard in-service Royal Navy surface ships and submarines:
a. Garbage Processing Plant, Plastic Processing Plant
b. Shredder/Compactor
c. Sewage Treatment/Holding Plants
d. Membrane Bio-Reactor (MBR)
e. Oily Water Separator
The Contract will be awarded in accordance with the Defence and Security Public Contracting Regulations (DSPCR) 2011 as applicable.
Interested bidders are invited to provide a response to the Dynamic Pre-Qualification Questionnaire for this requirement.
two.1.6) Common procurement vocabulary (CPV)
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
Additional CPV code(s)
- 34930000 - Marine equipment
- DA44 - Spare parts
two.1.7) Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
two.1.8) Lots
This contract is divided into lots: No
two.1.9) Information about variants
Variants will be accepted: No
two.2) Quantity or scope of the contract
two.2.1) Total quantity or scope
One (1) contract will be awarded to cover the scope of the requirement.
Estimated value excluding VAT:
£35,000,000
two.2.2) Information about options
Options: Yes
Description of these options: The contract will include two (2) options:
- To increase the number of Astute-class Submarines supported by MSS/101 from three (3) to seven (7); and
- To add the waste management equipment fitted on Type 45 Destroyers and Queen Elizabeth-class Aircraft Carriers (and any associated Master Equipment Groupings) to the scope of MSS/101.
Further detail on this shall be included within the Invitation to Negotiate (ITN).
two.2.3) Information about renewals
This contract is subject to renewal: No
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.1) Deposits and guarantees required
A Bank Guarantee may be required.
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment will follow the Delivery and Acceptance of the Goods or Services via the Authority's Contracting, Purchasing and Finance (CP&F) tool.
three.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 submit 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.
three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information
The Authority reserves the right to amend any condition related to the 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.
CONDO will apply to this contract.
three.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: 1 April 2022
three.2) Conditions for participation
three.2.1) Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met:
three.2.3) Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: This information may be sought through the attached Dynamic Pre-Qualification Questionnaire (DPQQ) and Contract Notice Supporting Information Document.
three.3) Conditions specific to services contracts
three.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: No
Section four: Procedure
four.1) Type of procedure
four.1.1) Type of procedure
Negotiated
four.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3 and maximum number 6
Objective criteria for choosing the limited number of candidates: The six (6) candidates who receive the highest technical scores, to 2 decimal places and who have not been excluded from the next stage of the competition due to being deemed “Non-Compliant” (as detailed within the Contract Notice Supporting Information Document) will be taken forward to the Invitation to Tender Stage.
four.2) Award criteria
four.2.1) Award criteria
the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
four.2.2) Information about electronic auction
An electronic auction has been used: no
four.3) Administrative information
four.3.1) File reference number attributed by the contracting authority
MSS/101: Waste Management Equipment Support
four.3.2) Previous publication(s) concerning the same contract
no
four.3.4) Time limit for receipt of tenders or requests to participate
26 February 2021 - 5:00pm
four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
21 May 2021
four.3.6) Language(s) in which tenders or requests to participate may be drawn up
English
Section six: Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
six.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 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 http://www.dcocontracts.mod.uk.
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: 8846V8N77B.
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-2021115-DCB-17649227
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
Ministry of Defence, Ships, Other
MOD Abbey Wood South, Birch 3c, #3331
Bristol
BS34 8JH
Country
United Kingdom