MOD Framework for Technical Support – Design and Engineering
Framework Agreement for Technical Support / Design and Engineering (FATS/D&E): Technical support services for the Ministry of Defence and other Government departments.
United Kingdom-Bristol: Technical services
2014/S 203-360307
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, C&C
MOD Abbey Wood South, Larch Level 0, #2017
For the attention of: Mr Tim Bright
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983239
E-mail: defcomrclcc-techspt-comm@mod.uk
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)
I.2)Type of the contracting authority
I.3)Main activity
Defence
I.4)Contract award on behalf of other contracting authorities/entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 3: Defence services, military defence services and civil defence services
NUTS code UKK11
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 500
Duration of the framework agreement
Duration in years: 1
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 100 000 000 and 200 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
71356000, 71356300
II.1.7)Information about subcontracting
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Ministry of Defence is to place a multi-participant framework agreement for the provision of technical support.
Technical Studies — Research based activities including studies, prototyping and technical demonstrators.
Technical Support — Project based activities including technical services, concept, design and development, in-service support activities and operational support.
Engineering Support — Tasked based activities including Post Design Services, calibration, analysis and integration.
It will not cover Manpower Substitution (i.e. the use of agency/temporary workers to filled gapped posts) or Consultancy requirements.
The Contracting Authority wishes to establish this Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
(a) Central government departments, executive agencies, and non-departmental public bodies as outlined at:http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm
Estimated value excluding VAT:
Range: between 100 000 000 and 200 000 000 GBP
II.2.2)Information about options
Description of these options: Option to extend the framework agreement for a 6 month period.
Provisional timetable for recourse to these options:
in months: 11 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.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:
III.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.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.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.
III.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: Requirements are set out in Part 1 of the DPQQ.
III.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:
(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).
Technical capability selection criteria are set out in Part 2 of the Pre-Qualification Questionnaire.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Details as set out in the DPQQ.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.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, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.
https://www.gov.uk/government/publications/government-security-classifications
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.
Advertising Regime OJEU:
— This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin andwww.contracts.mod.uk
Formal responses are to be submitted via the Dynamic PQQ which can be accessed using the access code provided in this advert.
The PQQ will be marked on a Pass / Fail basis in accordance with the assessment criteria detailed in the Supplier Guidance and the Dynamic PQQ.
Potential suppliers are requested to advise if they would be interested in attending the FATS D&E Industry briefing in the Bristol area on Tuesday 4 November. Places will be limited to one representative per supplier. For details of admin arrangements please email defcomrclcc-techspt-comm@mod.uk by Friday 24 October.
The decision to place FATS D&E for a period of 12 months is based on the Authority’s intention, but without commitment, to combine the FATS D&E Framework and the existing FATS STS Framework into a single framework commencing April 2016. Further details of this strategy will be given at the Industry Briefing above.
Potential suppliers should be aware that, if they pass the DPQQ and ITT stages, acceptance onto the framework does not guarantee any work. Under the current FATS Framework (FATS 4), around 47 % of suppliers have successfully bid for tasks. Over the last 4 years circa 50 % of tasks placed through FATS were less than 100k GBP in value, and about 4 % exceed 1 m GBP.
At the Invitation to Tender stage it is the Authority’s intention to request rates , for the following 4 grades (Partner / Director, Principal, Engineer and Assistant) . Definition will be available in the ITT, but can also be made available at the Industry Briefing, or on request, from the point of contact above.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk/delta 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 password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: AWPEY4XW22. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
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.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing — support@contracts.mod.uk or call +44 845 270 7099. GO Reference: GO-20141017-DCB-6097020.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, C&C
#2017, Larch 0, Abbey Wood South
BS34 8JH Bristol
UNITED KINGDOM
E-mail: defcomrclcc-techspt-comm@mod.uk
Telephone: +44 3067983239
Body responsible for mediation procedures
Ministry of Defence, C&C
#2017, Larch 0, Abbey Wood South
BS34 8JH Bristol
UNITED KINGDOM
E-mail: defcomrclcc-techspt-comm@mod.uk
Telephone: +44 3067983239
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, C&C
#2017, Larch 0, Abbey Wood South
BS34 8JH Bristol
UNITED KINGDOM
E-mail: defcomrclcc-techspt-comm@mod.uk
Telephone: +44 3067983239
VI.5)Date of dispatch of this notice: