Tender

Gun System Automation Mk8 and Gun System Automation Mk9 combined In-service Support Contract

  • Ministry of Defence

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

Notice identifier: 2023/S 000-025102

Procurement identifier (OCID): ocds-h6vhtk-03f709

Published 25 August 2023, 12:23pm



Section one: Contracting authority/entity

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

Ministry of Defence

IGMR PT, FIR 1A, NH4, MOD Abbeywood

Bristol

BS34 8JH

For the attention of

Cainey Jessica

Email(s)

jessica.cainey100@mod.gov.uk

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)


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Gun System Automation Mk8 and Gun System Automation Mk9 combined In-service 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

HMNB Portsmouth and HMNB Devonport

NUTS code

  • UKJ31 - Portsmouth
  • UKK41 - Plymouth

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

5 year In-service Support Contract for Gun System Automation Mk.8 and Gun System Automation Mk. 9

two.1.6) Common procurement vocabulary (CPV)

  • 50842000 - Repair and maintenance services of weapon systems

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 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

5 year In-service Support Contract

Estimated value excluding VAT:

£35,000,000

two.2.2) Information about options

Options: No

two.3) Duration of the contract or time limit for completion

Start date: 1 June 2024

End date: 31 May 2029


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

The Authority reserves the right to require an indemnity, guarantee or bank bond.

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As specified in the Invitation to Tender

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 or reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective marking 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: 17 October 2023

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.

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.

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: This will be covered in the Dynamic Pre-Qualification Questionnaire.

Minimum level(s) of standards possibly required: An overall pass / fail judgement will be made after considering areas such as turnover, profit, net, assets, liquidity, gearing and capacity. This assessment will include the Parent Company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.

The evaluation of the Economic and Financial Standing is covered in the DPQQ guidance 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 will be covered in the Dynamic Pre-Qualification Questionnaire.


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 2 and maximum number 6

Objective criteria for choosing the limited number of candidates: This will be covered in the Dynamic Pre-Qualification Questionnaire Guidance Document

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

707467450

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

25 September 2023 - 11:59pm

four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

17 October 2023

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.

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Risk Assessment Reference (RAR)-436591456).

To register an Interest in this procurement you must complete the GSA8/9 Dynamic Pre-Qualification Questionnaire (DPQQ) by 27/09/2023 at 23:59. A link to the DSP opportunity listing, where you can find the DPQQ, is below-

https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56908