Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
Ash 2A # 3203, Abbey Wood South
Bristol
BS34 8JH
For the attention of
Lorna De Souza
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.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
BOATS/0005 Design, Build and Support of Intercept and Escort Craft
two.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code
- UKK11 - Bristol, City of
two.1.5) Short description of the contract or purchase(s)
The Ministry of Defence (MoD) Boats Team are to deliver Intercept & Escort Craft to a number of users on behalf of Navy Command Headquarters (NCHQ). The aim of this project is to replace extant craft variants.This project will align to the Boats strategy of reducing the number of variants currently being operated whilst at the same time upgrading the user’s current capability.
two.1.6) Common procurement vocabulary (CPV)
- 34522300 - Small craft
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
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
a) The capability shall provide a high performance fast response craft.
b) The capability shall have a length overall of less than 9.5M and be powered by outboard motors.
c) The capability shall be fully operational at very short notice to respond to incidents anywhere within the defined patrol areas in the defined response times and in all environmental conditions.
d) The capability shall enable the User to safely undertake the boarding of other vessels (including high-sided vessels) while stationary or underway.
e) The capability shall integrate complex communications and navigation systems to enable the User to effectively assimilate and compile the operational picture while underway.
f) The craft will be provided with a detachable ballistic protection kit.
g) The capability will be provided with appropriate ancillary and support equipment (i.e. trailers)
h) Supporting information and materials to enable the realisation and integration of the capability shall be provided, such as training materials, maintenance and operating manuals.
i) The capability will protect the security of MoD information that it handles. The winning bidder will be required to lead the assurance of the capability by a MoD-appointed accreditor through the generation of assurance evidence.
j) The capability will be safe to operate and environmentally compliant throughout the full spectrum of mandated operations.
k) The capability will be demonstrably supportable and available through life.
This requirement is to design and build up to 61 craft.
The firm requirement is for 36 craft, including associated capability, to be delivered over a 4-year period and options to deliver up to an additional 25 craft currently unfunded over an additional 2-year period.
The estimated value for the acquisition of the firm requirement is £16.25M VAT Inc. The estimated value for the acquisition of the option craft is an additional £8.125M VAT Inc.
This contract will include an option for supporting the craft when in-service, including but not limited to these activities:
- Off-site maintenance and repair (off-site from user premises)
- Provision of consumable and capital spares
- Post design services
The estimated value for supporting the craft until 31st March 2026 is £1.2M VAT Inc.
Estimated value excluding VAT:
Range: between £16,250,000 and £25,580,000
two.2.2) Information about options
Options: Yes
Description of these options: Option - Additional craft as described in Section 11.2.1 Quantity or Scope of The Contract to this Contract Notice
Option - Through life support as described in Section 11.2.1 Quantity or Scope of The Contract to this Contract Notice
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: 72 (from the award of the contract)
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.1) Deposits and guarantees required
An indemnity, guarantee or bank bond may be required to support the contract. The Authority reserves the right to ask for an indemnity, (parent company) guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
For Intercept and Escort Craft, payment will be made using a Stage Payment Scheme which is made up of design, build, delivery and acceptance milestones.
In-Service Support tasks will be payable upon successful completion of each individual task
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 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 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.
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.
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. A full list of these criteria are at http://www.dcocontracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
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.
Information and formalities necessary for evaluating if the requirements are met:
A Statement of Good Standing will be required as part of the Pre-Qualification
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: Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
(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.
Information and formalities necessary for evaluating if the requirements are met:
Two years audited accounts will be required as part of the DPQQ response.
Minimum level(s) of standards possibly required: The estimated annual contract value for Procurement of the firm Craft and potential In-Service Support is £4.3M VAT Inc
If the estimated annual contract value is greater than 40% of the suppliers turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, eg such evidence may include:
(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier's financial status. An overall pass/proceed with caution/ 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 the 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: Sought through the DPQQ response
Section four: Procedure
four.1) Type of procedure
four.1.1) Type of procedure
Negotiated
four.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3 and maximum number 6
Objective criteria for choosing the limited number of candidates: This will be conducted in accordance with the evaluation criteria as set out in the DPQQ Guidance Instructions.
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: yes
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
BOATS/0005
four.3.2) Previous publication(s) concerning the same contract
Notice on a buyer profile
Notice number: 2020/S 209-511896 of 22 October 2020
Other previous publications
Notice number: 2020/S 229-565729 of 19 November 2020
four.3.4) Time limit for receipt of tenders or requests to participate
4 February 2022 - 12:00pm
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 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. 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. The link below to the Gov.uk website provides information on the Government Security Classification.
The Cyber Risk Level for this requirement is NOT APPLICABLE.
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 only be made via CP&F. You can find details on CP&F at:
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
Ministry of Defence Defence Equipment and Support
MOD Abbey Wood
Bristol
BS34 8JH
Email(s)
Country
United Kingdom