Opportunity

701577643 - Project Karkinos - ADEWS/099

  • Ministry of Defence

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

Notice reference: 2021/S 000-024153

Published 28 September 2021, 10:45pm



Section one: Contracting authority/entity

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

Ministry of Defence

Air Defence & Electronic Warfare Systems, (ADEWS), Building 85, RAF Henlow

Henlow

SG16 6DN

Contact

Commercial Department

For the attention of

Parsons Brooke

Email(s)

brooke.parsons105@mod.gov.uk

Telephone

+44 3001641703

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.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

701577643 - Project Karkinos - ADEWS/099

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

Remote Radar Head, Brizlee Wood, UK.

Remote Radar Head, Saxa Vord, UK.

Remote Radar Head, North Norfolk, UK.

Remote Radar Head, Buchan, UK.

Remote Radar Head, Benbecula, UK.

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

Requirement;

- A Contractor Logistic Support Contract for full maintenance at the five Remote Radar Heads (TPS-77 and Type-92) in the UK.

- All lines of support and maintenance to ensure the required operational availability.

- A Remote Site Manager to be provided at all five sites.

two.1.6) Common procurement vocabulary (CPV)

  • 50660000 - Repair and maintenance services of military electronic systems

Additional CPV code(s)

  • 35722000 - Radar
  • 35723000 - Air defence radar
  • 50600000 - Repair and maintenance services of security and defence materials

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

The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts

The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified

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

Contract Duration: Five Years.

Requirement;

- A Contractor Logistic Support Contract for full maintenance at the five Remote Radar Heads (TPS-77 and Type-92) in the UK.

- All lines of support and maintenance to ensure the required operational availability.

- A Remote Site Manager to be provided at all five sites.

Estimated value excluding VAT:

£32,000,000

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: 60 (from the award of the contract)


Section three. Legal, economic, financial and technical information

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: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

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: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

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 three 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.

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

Minimum level(s) of standards possibly required: 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

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: 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

Minimum level(s) of standards possibly required: 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

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 five 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;

(c) a statement of the principal goods sold or services provided by the supplier or the services provider

in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods

were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to

whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by

that person confirming the details of the contract for those goods sold or services provided; and (v)

where - (a)that person was not a contracting authority, and (b)the certificate referred to in subparagraph

(c)(iv) is not available, any declaration by the economic operator attesting the details of the

goods sold or services provided;

(d) a statement of the technicians or technical services available to the economic operator to: (i) carry

out the work under the contract, or (ii) be involved in the production of goods or the provision of

services under the contract, particularly those responsible for quality control, whether or not they are

independent of the economic operator;

(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;

(i) a statement of the services provider's or contractor's average annual number of staff and

managerial staff over the previous three years;

(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;

(k) any samples, descriptions and photographs of the goods to be purchased or hired under the

contract and certification of the authenticity of such samples, descriptions or photographs;

(l) certification by official quality control institutes or agencies of recognised competence, attesting

that the goods to be purchased or hired under the contract conform to standards and technical

specifications (within the meaning of regulation 12(1)) identified by the contracting authority;

(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);

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

As requested at a. Pre-Qualification Questionnaire stage and b. Invitation to Tender (ITT) Stage for

those companies down selected to participate in the ITT Stage.

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: (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 five 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;

(c) a statement of the principal goods sold or services provided by the supplier or the services provider

in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by

that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in subparagraph

(c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;

(d) a statement of the technicians or technical services available to the economic operator to: (i) carry

out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;

(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;

(i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous three years;

(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;

(k) any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs;

(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority;

(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);

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

As requested at a. Pre-Qualification Questionnaire stage and b. Invitation to Tender (ITT) Stage for those companies down selected to participate in the ITT Stage.

Minimum level(s) of standards possibly required: Demonstration of capability and capacity to deliver the advertised requirement in the suppliers Pre- Qualification Questionnaire response.

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


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

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.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

701577643 - Project Karkinos - ADEWS/099

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: 21 October 2021 - 5:00pm

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

21 October 2021 - 5:00pm

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 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.

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

The deadline for submitting your response(s) is 13/11/2021 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.

DPQQ's can be found at the following link;

https://contracts.mod.uk/go/27689387017C26A343EC

CYBER ASSESSMENT HAS BEEN CONDUCTED AND THE CYBER RISK PROFILE IS N/A: REFERENCE NUMBER: 362650256.

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Ministry of Defence

DE&S, Air Defence & Electronic Warfare Systems (ADEWS)

Henlow

SG16 6DN

Email(s)

brooke.parsons105@mod.gov.uk

Telephone

+44 3001641703

Country

United Kingdom