Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
RAF Henlow
Henlow
SG16 6DN
For the attention of
Wain Christopher
Email(s)
christopher.wain100@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)
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
701577561 - ADEWS/103 Contractual Logistical Support for 3 x T101 Radars in Falkland Islands
CYBER ASSESSMENT - Very Low - RAR-T25GGYS2
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
ADEWS/103 Contractual Logistical Support for T101 Radars in Falkland Islands, 3rd and 4th Line Support of 3 x T101 Radars
NUTS code
- UK - United Kingdom
two.1.5) Short description of the contract or purchase(s)
ADEWS/103 Contractual Logistical Support for 3 x T101 Radars in Falkland Islands - 3rd and 4th Line Contractual Support for duration of 2.5 Years
two.1.6) Common procurement vocabulary (CPV)
- 71336000 - Engineering support services
Additional CPV code(s)
- 35723000 - Air defence radar
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
ADEWS/103 Contractual Logistical Support for 3 x T101 Radars in Falkland Islands - 3rd and 4th Line Contractual Support
Estimated value excluding VAT:
£12,000,000
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 November 2022
End date: 30 April 2025
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment Instructions will be found at Terms & Conditions of Contract at ITT stage
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
Key Performance Indicators in ITT Documentation
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 ap
propriate, 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.
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: 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 ap
propriate, 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.
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
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 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: 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.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 number of operators: 6
Objective criteria for choosing the limited number of candidates: PQQ Technical Qualification - Questions will be scored on meeting minimum scoring criteria on a Pass/Fail basis
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
701577561 - ADEWS/103 Contractual Logistical Support of T101 Radars in Falkland Islands
four.3.2) Previous publication(s) concerning the same contract
no
four.3.4) Time limit for receipt of tenders or requests to participate
10 December 2021 - 11:00am
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.
Link to the PQQ can be found below:
https://www.contracts.mod.uk/go/30151448017D09248471
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
Ministry of Defence RAF Henlow
RAF Henlow - Building 85
Henlow
SG16 6DN
Country
United Kingdom
six.4.1) Body responsible for mediation procedures
Ministry of Defence RAF Henlow
RAF Henlow Building 85
Henlow
SG16 6DN
Country
United Kingdom
six.4.3) Service from which information about the lodging of appeals may be obtained
Ministry of Defence RAF HENLOW
RAF Henlow Building 85
Henlow
sg16 6dn
Country
United Kingdom