MOD Working at Height and Confined Space Equipment Tender
The Air Commodities Team has a requirement for a contractor to supply and provide through life support of Working at Height (WaH) and Confined Space (CS) equipment for use across the Tri-Service, Defence Fire Risk Management Organisation.
United Kingdom-Bristol: Rescue and emergency equipment
2015/S 099-179389
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Defence, Air Support, Air Commodities Project Team
Air Commodities Team, Walnut 3C #1335, MOD Abbey Wood
For the attention of: Helena Nowak
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067982937
E-mail: desasac-comrclci2a3@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
I.4)Contract award on behalf of other contracting authorities
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
Purchase
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The contractor will be expected to provide Though Life Support for the current in service range of equipment and any new equipment supplied.
The Current equipment is detailed at Appendix 5 & 6 to the Statement of Work. (Please see Invitation to Tender)
The equipment must be suitable for providing protection during maintenance on a range of aircraft platforms, vehicles, ships and structures currently in service with the UK MoD and overseas. Consideration should be given to all types of service equipment from legacy through to future equipment proposed for enrolment into service.
The equipment is expected to be portable, lightweight, and yet suitably robust to withstand the rigours of extended use in a service environment. Equipment will be deployed to Units outside the UK, so ease of movement, via ship or air will be crucial to its overseas use.
The Invitation to Tender Documentation is available. The Documentation is included as Supporting documentation in the Dynamic Pre Qualification Questionnaire (DPQQ), which is available at Defence Contract Online – www.contracts.mod.uk
These documents are offered for information only and you are not required to comment/respond to them. You should only submit a response to the DPQQ.
II.1.6)Common procurement vocabulary (CPV)
35112000, 60443000, 42400000, 42410000, 42418000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Some specialist applications may be required and therefore the ability to design and develop bespoke solutions will be required. The supplier(s) of this equipment will be expected to provide full life cycle support and technical services
The contractor will be expected to provide Though Life Support for the current in service range of equipment and any new supplied equipment.
Supply
— Working at height and confined Space equipment (Excluding Environmental Monitoring and Breathing Apparatus)
— Working at height and confined Space Rescue Equipment
Through Life Support
— Inspection
— Maintenance (Where outside the abilities of our personnel)
— Training ( At Train the Trainer level, to cover both the use of, and, inspection / maintenance)
— Attendance at site surveys where required
— Design development of bespoke solutions (including Training) as identified at site surveys where required
— Audits of Training facilities
— Post Design Support, core and ad-hoc.
— In service Support of equipment
— Programme Management.
— Ad-hoc repair of equipment.
— Ad-hoc supply of spares.
The equipment must be suitable for providing protection during maintenance on a range of aircraft platforms, vehicles, ships and structures currently in service with the UK MoD and overseas. Consideration should be given to all types of service equipment from legacy through to future equipment proposed for enrolment into service.
The equipment is expected to be portable, lightweight, and yet suitably robust to withstand the rigours of extended use in a service environment. Equipment will be deployed to Units outside the UK, so ease of movement, via ship or air will be crucial to its overseas use.
Estimated value excluding VAT: 5 428 000 GBP
II.2.2)Information about options
Description of these options: Additional Year Options (Year 6, 7, 8, 9, 10)
Please see Invitation to Tender for full details, published in Defence Contracts Online.
Provisional timetable for recourse to these options:
in months: 120 (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
Description of particular conditions: Electronic Trading
Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at www.d2btrade.com The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).
III.2.1)Personal situation of economic operators, 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 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) 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. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
The Authority requires at least two years audited accounts (if available) or equivalent information to identify any significant financial trends. This will be requested as a part of Pre-Qualification Questionnaire. The PQQ requests at least two years audited accounts (if available) or equivalent information to identify any significant financial trends.
Minimum level(s) of standards possibly required: A financial assessment will be undertaken on the supplier’s financial status. 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 will be utilised as part of this process. The estimated annual contract value is 500 000 GBP per year. If the estimated annual contract value is greater than 40 % of the supplier’s 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.
III.2.3)Technical capacity
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards
Technical capacity and capability information will be sought through a formal pre-qualification questionnaire (PQQ).
Minimum level(s) of standards possibly required:
Please see the assessment criteria in the Pre Qualification Questionnaire marking matrix. The Pre Qualification Questionnaire details the minimum levels of standards required.
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: Interested suppliers are required to complete the DPQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.
The Authority will use the DPQQ response to create a short list of tenderers who:
(1) are eligible to participate under Section III.2.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Dynamic PQQ.
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.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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 and www.contracts.mod.uk
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: KQS7FU4GM3. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 23.6.2015 15:00. 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 Help desk by emailing – support@contracts.mod.uk or call +44 800282324.
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.
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: KQS7FU4GM3.
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 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 online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone +44 800282324.
GO Reference: GO-2015521-DCB-6619218.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Air Support, Air Commodities Project Team
Body responsible for mediation procedures
Ministry of Defence, Air Support, Air Commodities Project Team
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Air Support, Air Commodities Project Team
VI.5)Date of dispatch of this notice: