Opportunity

MSS/104 - Mechanical Handling and Lifting - Material Supply and Repair

  • Ministry of Defence, Ships, Maritime Equipment Systems (MES) Team

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

Notice reference: 2021/S 000-002347

Published 5 February 2021, 12:32pm



Section one: Contracting authority/entity

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

Ministry of Defence, Ships, Maritime Equipment Systems (MES) Team

Abbey Wood, Stoke Gifford

Bristol

BS34 8JH

Contact

Thomas Morgan

Email(s)

thomas.morgan120@mod.gov.uk

Telephone

+44 7450084185

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

MSS/104 - Mechanical Handling and Lifting - Material Supply and Repair

two.1.2) Type of contract and location of works, place of delivery or of performance

Supplies

Purchase

Main site or location of works, place of delivery or of performance

Bristol, City of

NUTS code

  • UKK11 - Bristol, City of

two.1.3) Information on framework agreement

The notice involves the establishment of a framework agreement

Duration of the framework agreement

Duration in years: 7

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:

Range: between £60,000,000 and £98,000,000

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

Marine equipment. Marine equipment. MSS/104 will provide material supply and repair services including: Supply of New Manufactured Material and Repair of Permanent Class Equipment.

two.1.6) Common procurement vocabulary (CPV)

  • 34930000 - Marine equipment

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

The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract

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

1 (one) contract will be awarded to cover the scope of this requirement.  

Estimated value excluding VAT:

Range: between £60,000,000 and £98,000,000

two.2.2) Information about options

Options: Yes

Description of these options: The supplier may be asked to provide support for future Royal Navy Ships and Submarines not included within the core scope of work. Further information will be contained within the Invitation to Negotiation (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 Delivery and Acceptance of the Goods or Services via the Authority’s Contracting, Purchasing & 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 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.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 13 September 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.2.2) 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 DPQQ and Contract Notice 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: This information will be sought through the attached Dynamic Pre-Qualification Questionnaire (DPQQ) and Contract Notice Supporting Information document.  

Minimum level(s) of standards possibly required: Please see DPQQ and Contract Notice 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 minimum number 3 and maximum number 8

four.1.3) Reduction of the number of operators during the negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no

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/104

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

no

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

23 March 2021 - 12:00pm

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: CQCG59G3U8.

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@dcocontracts.mod.uk or Telephone 0800 282 324.

GO Reference: GO-202125-DCB-17751664

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Marine Systems Support (MSS)

Abbey Wood

Bristol

BS34 8JH

Email(s)

thomas.morgan120@mod.gov.uk

Telephone

+44 7450084185

Country

United Kingdom

six.4.1) Body responsible for mediation procedures

Marine Systems Support (MSS)

Abbey Wood

Bristol

BS34 8JH

Email(s)

thomas.morgan120@mod.gov.uk

Telephone

+44 7450084185

Country

United Kingdom

six.4.3) Service from which information about the lodging of appeals may be obtained

Marine System Support (MSS)

Abbey Wood

Bristol

BS34 8JH

Email(s)

thomas.morgan120@mod.gov.uk

Telephone

+44 7450084185

Country

United Kingdom