Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
Ministry of Defence, Weapons, Torpedoes, Tomahawk (TTH) and Harpoon Project Team DE&S, MOD Abbey Wood
Bristol
BS34 8JH
Contact
Lydia Coburn, Emily Evans
For the attention of
Coburn Lydia
Email(s)
Country
United Kingdom
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.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
Services, Calibration, Repair and Maintenance of OTTO Fuel Monitor (OFM) Including Spares Provision
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
two.1.5) Short description of the contract or purchase(s)
Service, Repair, Calibrate, Supply and Manage Spares for Otto Fuel Monitors (OFM) Mk2. Further details below.
two.1.6) Common procurement vocabulary (CPV)
- 50000000 - Repair and maintenance services
two.1.8) Lots
This contract is divided into lots: No
two.2) Quantity or scope of the contract
two.2.1) Total quantity or scope
The Authority has a requirement for Services, calibration, repair and maintenance of OTTO Fuel Monitor (OFM), including spares provision. The OTTO Fuel Monitor (OFM) Mk2 is a hand held instrument designed to monitor for the presence of OTTO vapour in Cat C environments, in the event of fuel-leaks from Torpedoes. OFMs are used to monitor the atmosphere where Spearfish Torpedoes are stored and processed, this includes DM Beith and on board submarines.
OTTO fuel is toxic and relatively small concentrations can cause respiratory problems, headaches and nausea. Continued use of the OFMs is required to ensure the health and safety of personnel operating/maintaining the Spearfish Torpedo, and to ensure the continued safe storage and processing of Spearfish torpedoes.
The OFMs require calibration after 6 months of use. The current holding of OFMs and Desensitised Otto Fuel Monitors (DOFMs) is 110 units.
The contract will be for 5-years to commence quarter 1/quarter 2 2022 (subject to change), with one 2 year option. The Contractor is required to conduct an initial survey and calibrate and/or repair the in-service OFMs and DOFMs as and when they are returned from Defence Munitions (DM) Beith. There will also be a requirement to complete project management activities and management and delivery of spares as required. An additional tasking element shall provide the Authority with a means to request project activity outside of the core element, at additional cost.
To express an interest in this requirement please complete the DPQQ. Expressions of interest received by any other means will not be accepted or advanced. The Authority will use the DPQQ to invite a maximum of four (4) suppliers to Tender. You must be successful at the DPQQ stage to be invited to Tender. Where the Authority assesses more than four (4) suppliers as successful at the DPQQ stage, the four (4) suppliers with the highest score will be invited to Tender. In the event that two or more suppliers are tied, and the tie would increase the number of invited suppliers to more than four (4) the Authority reserves the right to invite more than four (4). The DPQQ will close on 18th May 2021 at 12:00, no further expressions of interest will be considered after this date.
Important Note: In publishing this Contract Notice, the Authority is under no obligation whatsoever to issue an Invitation To Tender (ITT) or to place a Contract as a result of this notice. Any potential providers who respond to this procurement shall be fully responsible for the cost of responding to the procurement, the Authority shall not be liable in any way whatsoever to pay for any work undertaken by interested parties as a result of this notice.
Estimated value excluding VAT:
£640,000
two.2.2) Information about options
Options: Yes
Description of these options: One 2 Year Option
two.3) Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
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 number of operators: 4
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.3.2) Previous publication(s) concerning the same contract
no
four.3.4) Time limit for receipt of tenders or requests to participate
18 May 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.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 interested in working with the Ministry of Defence (MOD) should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
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.
https://www.gov.uk/government/publications/government-security-classifications
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.
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low [RAR-QKGC47MB]