Opportunity

The repair and maintenance of Warrior Fielding Electrical Layout Systems (FELs)

  • Ministry of Defence, Land Equipment, Other

F17: Contract notice for contracts in the field of defence and security

Notice reference: 2021/S 000-001130

Published 20 January 2021, 9:32am



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence, Land Equipment, Other

MOD Abbey Wood, #3157 Cedar 1a

Bristol

BS34 8JH

Contact

Miriam Kelleher

Email(s)

DESLEVS-ComrclTeam@mod.gov.uk

Telephone

+44 3001604656

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

https://des.mod.uk/

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

The repair and maintenance of Warrior Fielding Electrical Layout Systems (FELs)

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

Gloucestershire, Wiltshire and Bristol/Bath area

NUTS code

  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

two.1.5) Short description of the contract or purchase(s)

Repair and maintenance services. Military electronic systems. Repair and maintenance services of military electronic systems. The Warrior Frame Electrical Layout System (FELS) is a training aide and was introduced to allow classroom-based training of REME tradesmen on the Warrior platform.

The Contractor will be required to repair, provide a full service and functional test on three Warrior Fielding Electrical Systems (FELS). Once the Contractor has re-installed the systems they will be required to provide a maintenance service for a period of two years.

In issuing this Contract Notice and engaging with the market, the Authority is not committing to carrying out any procurement in relation to the requirements stated in this Notice.

two.1.6) Common procurement vocabulary (CPV)

  • 50000000 - Repair and maintenance services

Additional CPV code(s)

  • 35700000 - Military electronic systems
  • 50660000 - Repair and maintenance services of military electronic systems

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

Not Provided

two.2.2) Information about options

Options: No

two.2.3) Information about renewals

This contract is subject to renewal: No

two.3) Duration of the contract or time limit for completion

Duration in months: 30 (from the award of the contract)


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

The Authority reserves the right to ask for an Indemnity, Guarantee or bank bond if the supplier does not meet the standard for economic and financial standing. A parent Company Guarantee may also be required dependent on the formation and financial standing of the contracting business.

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

The Contract and Services provided will be made against an agreed Payment Plan. Payments will follow successful delivery and acceptance of services. The end to end process for the aforementioned conditions shall be handled within the CP&F system (The DE&S Procurement and Payment software). Financing and payment conditions shall be included in the ITT.

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 submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a wholly 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 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 tor reflect these changes; whether in respect of the applicable protective marking scheme, protective markings given, the aspects of which any protective marking applies or otherwise.

Candidates may be required to have the necessary Personal Security Clearances (PSCs) and may need to have access to facilities with security clearance (Facility Security Clearance "FSC's") e.g. on the list X register in the UK. Candidates which do not yet hold security clearance may obtain such clearance until 14.6.2021. This requirement will be detailed further at ITT.

The Cyber Risk Assessment for the procurement is "Very Low", as defined in DEFSTAN 05-138.

All suppliers must be able to complete a Supplier Assurance Questionnaire, via the Supplier Cyber Protection Service, to demonstrate their level of compliance against the required Cyber Risk Level. The reference number is "RAR-J6AA5TQ4".

Tenderers must as a minimum have Cyber Essentials Plus and conform to the very low DEFSTAN 05-138 controls.

If the Tenderer cannot meet the level of security controls required by the Contract start date it does not mean an immediate fail. The Tenderer should submit a Cyber Implementation Plan (CIP) as part of their Tender submission detailing the steps they would take to meet the necessary controls, together with associated timescales, details of any equivalent standards they have, or reasons why they are unable to comply.

For note, the requirement for compliance with the Cyber security controls is being extended to apply throughout the Defence supply chain. Where the prime contractor intends to sub-contract and ensure their supply chain has the appropriate controls, or an agreed implementation plan, in place prior to sub-contract award.

three.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 21 June 2021

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.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:

Minimum level(s) of standards possibly required: The Authority will conduct an assessment of the supplier’s turnover.

The estimated Contract value is £1M.  If the estimated Contract value is greater than 40% of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, eg evidence may include:

A) Any additional information proving it has sufficient economical and financial resource to deliver the requirement; and

B) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.

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: The information regarding Technical and/or Professional ability will be sought through the associated Dynamic Pre-Qualification Questionnaire (DPQQ) under the section "5. Part 1: Form E - .Technical and/or Professional ability."

The technical and professional ability compliancy test will be carried out by Authority SMEs and will be based upon a ‘risk assessment’ of the information supplied in response to the DPQQ. The aim of the assessment shall be that the candidate must have a level of technical and professional ability such that he achieves the minimum assessment of ‘moderate’ or better based on the following scale: Pass (None, Minimal, Moderate) & Fail (Substantial, Severe).

A candidate’s DPQQ will be deemed ‘non-compliant’ and therefore excluded from the remainder of the evaluation process if marked as a ‘Fail’ on this aspect.

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

three.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: No


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged minimum number 2 and maximum number 5

Objective criteria for choosing the limited number of candidates: Dynamic Pre-Qualification Questionnaire (DPQQ), with the five highest scoring bidders advancing to the Tender Stage.

Should there be a tie in the ranking, between 2 or more Candidates for the final position (5th), the Candidate with the highest score achieved on questions 2 and 3 combined within section."6. Part 2 Form F 'Project Questions'" of the DPQQ will advance to Tender stage. Should these scores also be equal, then a further comparison will be made on question 4, then question 5 respectively from Section "6. Part 2 Form F 'Project Questions'" of the DPQQ, with the highest technical score advancing 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

700014297

four.3.2) Previous publication(s) concerning the same contract

no

four.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 18 February 2021 - 4:00pm

Payable documents: no

four.3.4) Time limit for receipt of tenders or requests to participate

19 February 2021 - 9:00am

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 selected following the DPQQ Authority assessment will be invited to attend "supplier days", to provide potential providers an opportunity to assess the FELS in advance of producing a Tender. Please be aware that any expenditure incurred by a supplier for this visit will be borne by themselves and is a matter solely for their commercial judgement. Examples of such expenditure include, but are not limited to, travel, accommodation and subsistence.

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: YQ5SS7NEQ5.

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-2021119-DCB-17664186

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Ministry of Defence, Land Equipment, Other

MOD Abbey Wood South, #3157 Cedar 1a

Bristol

BS34 8JH

Email(s)

DESLEVS-ComrclTeam@mod.gov.uk

Telephone

+44 3001604656

Country

United Kingdom