Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence, Ships, Maritime Platform Systems (MPS)
Abbey Wood
Bristol
BS34 8JH
Email(s)
Telephone
+44 067987114
Country
United Kingdom
Internet address(es)
General address of the contracting authority/entity
http://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/119 - Spares Inclusive Upkeep (PAXMAN Diesel Engine Support Contract)
two.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 3: Defence services, military defence services and civil defence services
Main site or location of works, place of delivery or of performance
UNITED KINGDOM
NUTS code
- UK - United Kingdom
two.1.5) Short description of the contract or purchase(s)
Installation services of diesel engines. Installation services of diesel engines. II.1.5) Short description of the contract or purchase(s):
Engines and engine parts for warships. A sustainable support solution and through life support contract for the PAXMAN Diesel Engine. The PAXMAN Diesel Engine Support Contract (MSS/119) is a (5 + 2 years) Spares Inclusive Upkeep (SIU) contract in support of Marine Support Systems conducted in accordance with the competitive negotiated procedure under the Defence and Security Public Contract Regulations 2011 (‘the Regulations’). This is to include:
— supply and repair of PAXMAN diesel engines and diesel engine parts;
— post design services
— technical services
— stock volume breaks and bulk buy options.
Supplier note: a remote MSS/119 Market engagement Day using Microsoft Teams will be held on 9 February 2021 between 13.30-15.00 to provide further information and answer any questions ahead of the PQQ submission on 08 March 2021. Microsoft Teams meeting link will be issued through Award communication portal on 1 February 2021.
two.1.6) Common procurement vocabulary (CPV)
- 51142000 - Installation services of diesel engines
two.2) Quantity or scope of the contract
two.2.1) Total quantity or scope
Refer to Draft Statement of Support Requirements (SOSR) attached to this.
The Current scope for the range of equipment that has been identified within the proposed PAXMAN Diesel Engine Support Contract MSS/119 SOSR is estimated at £13 - £18M. This requirement will be contracted to the potential tenderers through MSS/119 Contract for a Contract duration (5 + 2 years)
Estimated value excluding VAT:
Range: between £13,000,000 and £18,000,000
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment will follow delivery and acceptance of the goods or services via Contracting, Purchasing and Finance (CP&F).
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 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 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.
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: 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.
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: Please see MSS/119 — Supporting information document.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)
Minimum level(s) of standards possibly required: Please see MSS/119 — Supporting information document.
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: Information and formalities necessary for evaluating if the requirements are met:
This information will be sought through a pre-qualification questionnaire (PQQ) on Award.
Minimum level(s) of standards possibly required: Please see MSS/119 — Supporting information document.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: Please see MSS/119 — Supporting information document.
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 number of operators: 6
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 Award.
Supplier note: a remote MSS/119 Market engagement Day using Microsoft Teams will be held on 9 February 2021 between 13.30-15.00 to provide further information and answer any questions ahead of the PQQ submission on 08 March 2021.
All questions including Part 2 Form F — Project Questions
The potential bidder’s response to all questions up to Part 2 Form F will be scored either compliant (Pass) or non-compliant (Fail). If a response to any question is scored as non-compliant the remainder of the PQQ will not be marked and the company will not be taken forward to ITN.
Where a potential bidder does not return a response to a question, the authority will score the question fail. In circumstances of minor error or omission, the authority reserves the right to decide whether further clarification will be sought. Where a score of fail, one or zero is achieved for any question the PQQ response will be deemed non-compliant and will not be taken further in MSS/119 PQQ evaluation process.
For Part 2 Form F scores will be awarded to these questions based upon answers provided by the potential bidder in their PQQ response through the Award portal. A maximum score of 5 can be achieved for each question and this score will be multiplied by the question weighting to give a total percentage score. The weighting is defined against each question. Each participant will be required to achieve a minimum combined total of 40% against all technical question listed in Section Part 2 Form F to be deemed compliant.
The six (6) Potential Providers for MSS/119 PQQ who receive the highest technical scores, to two decimal places, will be taken forward to the invitation to negotiate 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/119
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: 5 March 2021 - 5:00pm
Payable documents: no
four.3.4) Time limit for receipt of tenders or requests to participate
8 March 2021 - 5:00pm
four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
9 April 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. 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: 4KK3Z285A7
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 08 March 2021 17.00. 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 0800282324.
SUPPLIER INSTRUCTIONS FOR SUBMITTING THE PAXMAN DIESEL ENGINE SUPPORT CONTRACT MSS/119 - PQQ
a) 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.
b) 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.
c) All communication with the Authority will be via the AWARD portal only.
d) Team Self-Registration is enabled for this Project. The Registration Close Date is on 5th March 2021 at 10:00.
Suppliers can sign up on the MSS/119 Supplier Registration through the following URL:
e) It should be noted that only one user per organisation should register for an account. Once the Authority has verified that the organisation is genuine, the Authority will enable the organisation’s Response Team Manager to add a further supplier user to the entity in AWARD.
f) The response portals for the MSS/119 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.
g) Suppliers should familiarise themselves with Draft Statement of Support Requirements for MSS/119 before submitting their responses to the PQQ on AWARD portal.
h) The AWARD Documents tab contains a "MSS/119 -PQQ questionnaire and response tab" you should submit your responses and upload relevant documents under each section of MSS/119-PQQ questionnaire into this document group.
i) Responses for the return of this PQQ must be submitted by 8th March 2021 by 17:00hr. All responses must be submitted through the AWARD Portal only.
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: 4KK3Z285A7.
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-2021125-DCB-17692279
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS)
Abbey Wood„, #3331 I Birch 3c
Bristol
BS34 8JH
Email(s)
Telephone
+44 3067987114
Country
United Kingdom
six.4.1) Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Platform Systems (MPS)
Abbey Wood #3331 I Birch 3c
Bristol
BS34 8JH
Email(s)
Telephone
+44 3067987114
Country
United Kingdom
six.4.3) Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Ships, Maritime Platform Systems (MPS)
Abbey Wood
Bristol
BS34 8JH
Email(s)
Telephone
+44 3067987114
Country
United Kingdom