Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
DIO Commercial, Kentigern House, 65 Brown St
Glasgow
G2 8EX
For the attention of
Andrew West
Email(s)
Country
United Kingdom
Internet address(es)
General address of the contracting authority/entity
https://www.gov.uk/government/organisations/ministry-of-defence/about
Address of the buyer profile
https://www.gov.uk/government/organisations/ministry-of-defence/about/procurement
Electronic access to information
https://www.contracts.mod.uk/web/login.html
Electronic submission of tenders and requests to participate
https://www.contracts.mod.uk/web/login.html
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
701472375 - DEOP AA Ranges (Fingringhoe) Enhancement
two.1.2) Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance
Fingringhoe Range is located approximately 4km south of Colchester, 3km from Middlewick Ranges and is situated adjacent to the Colne Estuary.
two.1.5) Short description of the contract or purchase(s)
The aim of the Project is to provide two additional firing ranges and supporting facilities at the Fingringhoe Range Complex to allow for the closure, and subsequent disposal, of 85 hectares at Middlewick Range.
The objectives of the Project are to:
a. Provide adequate range facilities to support use of the ranges, scaled for the number of personnel. The facility must support 2 x 30 personnel troops, workshop and store, toilets and vehicle parking and be Technical Advisory Section (TAS) compliant. The existing track is to be widened and resurfaced. Utilities shall be required.
b. Ensure that, outside of agreed periods, disruption to the operation of Fingringhoe Ranges is kept to a minimum during the construction period.
c. Ensure that the works are designed, constructed, commissioned and maintained to the appropriate standards and regulations during the construction and subsequent defects phase.
d. Optimise Through-Life Costs.
e. Link the Project and its delivery to the End Users’ operational outputs.
f. The design of all engineering service systems shall be energy efficient and emphasise simplicity of layout and control. They shall include standard, tried and tested components to achieve a design life of 15 years’ subject to planned maintenance and replacement required.
g. Ensure that new facilities have a minimum structural design life of 60 years, and free from major maintenance for 25 years.
two.1.6) Common procurement vocabulary (CPV)
- 45200000 - Works for complete or part construction and civil engineering work
Additional CPV code(s)
- 71220000 - Architectural design services
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
Estimated value excluding VAT:
£16,100,000
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
Start date: 1 October 2021
End date: 31 October 2022
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.1) Deposits and guarantees required
As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation.
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation.
three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation. 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
As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation.
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: he 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.
A Statement of Good Standing will be required within the Invitation to Tender stage.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation.
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: (a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) Where appropriate, a statement, covering the 3 previous financial years of the economic operator, of: (i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation.
Minimum level(s) of standards possibly required: As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation.
Minimum level(s) of standards possibly required: As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation.
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: (a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability;
(b) a list of works carried out over the past 5 years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i) the value of the consideration received; (ii)when and where the work or works were carried out; and (iii) specifying whether they were carried out according to the rules of the trade or profession and properly completed;
(e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property;
(f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator's study and research facilities and quality control measures;
(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;
(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract;
(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;
(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;
(n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification;
(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i)
As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation.
Minimum level(s) of standards possibly required: As prescribed within the Pre-Qualification Questionnaire and Invitation To Tender Documentation.
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 3 and maximum number 5
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
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing user-name and password. Please note there is a password reminder link on the homepage.
Suppliers must log in and go to the Project ref: 701472375 - DEOP AA Ranges (Fingringhoe) Enhancement.
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 DSP 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 customersupport@jaggaer.com.
Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier's capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice. The full evaluation criteria can be found within supporting documents of the PQQ.
The Authority will use the PQQ response to create a short-list of tenderers who:
1) are eligible to participate under Section III.2.1) of this Contract Notice;
2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and
3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.
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
701472375 - DEOP AA Ranges (Fingringhoe) Enhancement
four.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number: 2020/S 154-378287 of 6 August 2020
Other previous publications
no
four.3.4) Time limit for receipt of tenders or requests to participate
8 April 2021 - 12:00pm
four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
5 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 intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
Ministry of Defence, DIO
six.4.1) Body responsible for mediation procedures
Ministry of Defence, DIO
six.4.3) Service from which information about the lodging of appeals may be obtained
Ministry of Defence, DIO