Opportunity

Supply and Delivery of Compression Ignition Engines to MOD St Athan

  • Ministry of Defence

F02: Contract notice

Notice reference: 2021/S 000-028979

Published 19 November 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Air Commercial, Flowerdown Hall, RAF Cosford

Wolverhampton

WV7 3EX

Contact

Karen Wiley

Email

karen.wiley895@mod.gov.uk

Telephone

+44 3001692985

Country

United Kingdom

NUTS code

UKG39 - Wolverhampton

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.contracts.mod.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Delivery of Compression Ignition Engines to MOD St Athan

two.1.2) Main CPV code

  • 34311120 - Compression-ignition engines

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority has a one off requirement for the supply and delivery of 10 x Compression Ignition Engine training aids to MOD St Athan. A specification for the Compression Ignition Engines training aids and the training objectives they must meet are detailed in the Statement of Requirements which can be found on the Defence Sourcing Portal (www.contracts.mod.uk)

two.1.5) Estimated total value

Value excluding VAT: £137,500

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 39162200 - Training aids and devices

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

MOD ST Athan

two.2.4) Description of the procurement

The Authority has a one off requirement for the supply and delivery of 10 x Compression Ignition Engine training aids to MOD St Athan. A specification for the Compression Ignition Engines training aids and the training objectives they must meet are detailed in the Statement of Requirements which can be found on the Defence Sourcing Portal (www.contracts.mod.uk)

Interested suppliers are required to complete the Pre-Qualification Questionnaire (PQQ) to provide the Authority with information to evaluate the supplier’s capacity and capability against the selection criteria.

The Authority uses the PQQ response to create a shortlist of tenderers who:

(1) are eligible to participate;

(2) fulfil any minimum economic, financial, professional and technical standards; and

(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the PQQ.

It is the Authority's intention to down select to between approximately 5 and 10 highest scoring suppliers who will be invited to tender providing they meet the overall score of a pass within the PQQ. If a supplier receives a fail to any question within the PQQ, they will automatically fail the evaluation and not be invited to participate further.

Pass – A pass mark will be awarded where the potential provider can demonstrate that they have the capability to deliver the subject of this requirement. This will be by the potential provider submitting evidence that they have appropriate knowledge, experience or appropriate current certification in line with the nature of the specific question.

Fail – A fail mark will be awarded where the response fails to demonstrate that the potential provider has the appropriate capability to deliver the subject of this requirement. This would be where the potential providers response fails to provide evidence of experience with supply of the appropriate equipment, failure to provide evidence of appropriate certification.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £137,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

Interested suppliers are required to complete the Pre-Qualification Questionnaire (PQQ) to provide the Authority with information to evaluate the supplier’s capacity and capability against the selection criteria.

The Authority uses the PQQ response to create a shortlist of tenderers who:

(1) are eligible to participate;

(2) fulfil any minimum economic, financial, professional and technical standards; and

(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the PQQ.

It is the Authority's intention to down select to between approximately 5 and 10 highest scoring suppliers who will be invited to tender providing they meet the overall score of a pass within the PQQ. If a supplier receives a fail to any question within the PQQ, they will automatically fail the evaluation and not be invited to participate further.

Pass – A pass mark will be awarded where the potential provider can demonstrate that they have the capability to deliver the subject of this requirement. This will be by the potential provider submitting evidence that they have appropriate knowledge, experience or appropriate current certification in line with the nature of the specific question.

Fail – A fail mark will be awarded where the response fails to demonstrate that the potential provider has the appropriate capability to deliver the subject of this requirement. This would be where the potential providers response fails to provide evidence of experience with supply of the appropriate equipment, failure to provide evidence of appropriate certification.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Criteria as stated in the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 December 2021

Local time

11:55pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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.

Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/modcontracting-purchasing-and-finance-e-procurement-system.

The Cyber Risk Assessment Level for this contract is 'Very Low', reference 724656453.

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 username and password. Please note there is a forgotten username/password link on the homepage.

The deadline for submitting your response(s) is detailed within this contract notice. 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 E-Sourcing Helpdesk using the following contact details:

UK HELPDESK: 08000698630

customersupport@jaggaer.com

six.4) Procedures for review

six.4.1) Review body

Air Commercial

High Wycombe

Country

United Kingdom