Repair and Maintenance Services of Military Vehicles
Protected Mobility Strategic Support Supplier (PM SSS).
United Kingdom-Bristol: Repair and maintenance services of military vehicles
2016/S 065-113786
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence (MOD), Land Equipment, Operational Support Programmes (OSP)
Protected Mobility Vehicle Programme, Spruce 2A, Mailpoint 1139, MOD Abbey Wood
For the attention of: The PMVP Commercial Team
BS34 8JH Bristol
UNITED KINGDOM
E-mail: desleosp-pmvp-comrclteam@mod.uk
Internet address(es):
General address of the contracting authority/entity: https://www.gov.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/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 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
50630000, 50111000, 35421000
II.1.7)Information about subcontracting
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Protected Mobility fleet consists of Husky, Mastiff, Wolfhound, Ridgback, Buffalo, Jackal, Coyote, Warthog and Foxhound vehicle types and variants thereof plus the Roll Over Drill Egress Trainer (RODET) currently totalling approximately 2 300 vehicles. The fleet was procured at pace as a series of individual Urgent Operational Requirements (UORs) and was brought into the Core Equipment Programme in 2013 to support the Army 2020 structures. The Authority also has obligations to provide support for a small number of vehicles owned and operated by a partner nation which the PM SSS would be required to satisfy. The contract end date would be 31.3.2024 in order to align with the currently planned out-of-service dates for some of the fleet (these vary from 2024 to 2036). The contract would also contain options to extend for up to 6 additional years to support the remaining in-service vehicles.
The PM SSS would be the single point of contact for all support activities for the Protected Mobility fleet and would be responsible for pro-actively managing the through-life support (both planned and emergent) to ensure and maintain vehicle availability to meet a declared activity plan without negatively impacting on the Army’s capability. The PM SSS would have the flexibility to design and deliver this service in the most innovative and efficient manner (the PM SSS would be able, but not obligated, to use certain current MOD support contracts detailed in the ITN). The PM SSS would be empowered and incentivised to recommend further improvements and sustainable efficiencies across all areas. This holistic approach would enable the PM SSS to recognise and drive long-term additional cash and non-cash benefits with the savings realised being shared by the PM SSS and the UK Secretary of State for Defence acting on behalf of the Crown (hereafter the ‘Authority’).
The PM SSS would be accountable for providing 100 % of correctly configured equipment when, where and as specified by the UK Armed Forces (hereafter the ‘User’) rather than a set percentage of the total fleet. N.B. the Protected Mobility fleet and associated equipment would remain the property of the MOD and must remain in the UK whilst in the custody of the PM SSS unless otherwise agreed by the Authority.
The support activities would include but are not limited to: repair, maintenance, overhaul, storage, transportation, collection and delivery, supply of spares, management of Army Equipment Support Publications (AESPs), Design Services (DS), safety activities including incident investigation and rectification. The PM SSS must also update all relevant Authority Management Information Systems (MIS) to ensure current information is recorded at platform and component levels.
The User would continue to be responsible for an amount of maintenance, repair and overhaul (MRO) activities levels 1-3 sufficient to retain capability for future deployed operations with the PM SSS required to undertake any activities the User is unable to perform. The Authority would retain responsibility for basic operator and maintainer training, however the PM SSS would be expected to recommend improvements including the provision of supplementary training to enable it to meet the key requirement of ensuring that Army operators and maintainers are fully competent and Suitably Qualified and Experienced Personnel (SQEP) thereby not compromising operational capability. The PM SSS would be accountable for all the maintenance and repair work carried out by Users and would be expected to achieve this by influencing, supporting and working closely with the Authority and the Users to develop and improve their knowledge and experience.
In addition to supporting the Protected Mobility fleet in the UK and overseas (wherever a permanent training base has vehicles from the Protected Mobility Fleet) the PM SSS would also deliver/collect vehicles and spares to/from the military forward supply chain (‘purple gate’) in order to maintain capability wherever the vehicles are in use world-wide. The ability to provide support to the Protected Mobility fleet on operations outside of the UK (known as Whole Force Approach) through CONDO (contractors on deployed operations) and Sponsored Reserves would be a condition of contract with option prices to be exercised if required.
The Authority has an aspiration to include other protected and specialist platforms within this contract such as (but not limited to) the Multi Role Vehicle-Protected (MRV-P), Future Protected Battlefield Ambulance (FPBFA), Light Protected Mobility Recovery (LPMR), FUCHS, the Mechanised Infantry Vehicle (MIV) and the Civilian Armoured Vehicle.
A PM SSS solution must achieve better value for money (VFM) than the current support arrangements including any rationalisation the Authority could apply to existing support contracts. If the Authority believes at any point that VFM is unlikely to be achieved by a PM SSS arrangement the ITN and/or contract will not be issued.
Expressions of Interest for this potential requirement will be via the Pre-Qualification Questionnaire (PQQ) linked to this advert (see section IV.1.2 Objective Criteria for Choosing the Limited Number of Candidates). No other communications will be considered.
The core value (excluding options) of the contract to 31.3.2024 is estimated to be 350 000 000 GBP (ex VAT). This could increase to an estimated 1 000 000 000 GBP (ex VAT) if all the options to extend the contract are taken up, which would be subject to separate funding approval.
Estimated value excluding VAT: 1 000 000 000 GBP
II.2.2)Information about options
Description of these options: Options to extend the contract in multiple year increments for a total of 6 additional years plus option prices for CONDO and Sponsored Reserves in monthly increments.
II.2.3)Information about renewals
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:
In accordance with regulations 25(2)(m) and 25(5) of the UK’s Defence and Security Public Contract Regulations 2011 (Article 42(1)(j) of Directive 2009/81/EC), potential providers must demonstrate the ability to process, store and transmit classified information at SUKEO by describing the required Facility Security Clearance (FSC) granted by its National or Designated Security Authority under the relevant national rules. For UK suppliers FSC means ‘List X’ status. Potential providers must also provide similar evidence of their sub-contractors’ ability to handle classified information at this level of protection, where they are relying on sub-contractors to provide significant capability or capacity. Potential providers that do not possess the FSC should be aware that it can take between 10-12 weeks to achieve provisional List X status. The MOD would verify the information you supply with your own national or designated security authority. Personal security clearance can take 8 weeks or longer to be granted. Potential providers should also be aware that some material may be subject to the US Government’s International Traffic in Arms Regulations (ITAR). Information to be released with the ITN is classified as OFFICIAL SENSITIVE. Therefore potential providers that do not hold the required security clearance at PQQ stage would be permitted to receive the ITN subject to providing a credible plan for obtaining a FSC and would be required to start the process to obtain such clearances immediately after down-selection. Clearance for the successful tenderer must be in place by the proposed contract award date and maintained throughout the life of the contract.
The contract would be subject to a Security Aspects Letter. 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.
The provision of option prices for CONDO (contractors on deployed operations) and Sponsored Reserves would be a requirement of the contract to be exercised by the Authority when required.
Obligations under the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) would be a possibility (further details to be provided in the ITN). The Authority (PMVP team) currently manages the Protected Mobility Fleet, Leidos provides storage (of spares) and warehouse services, Babcock DSG provides storage (of vehicles), spares provisioning and maintenance, repair and overhaul services. Post Design Services are currently provided by: 1. Force Protection Europe trading as General Dynamics Land Systems for Foxhound vehicles, 2. Supacat for Jackal and Coyote vehicles, 3. Navistar for Husky vehicles, 4. NP Aerospace trading as Morgan Advanced Materials for RODET, Mastiff, Ridgback, Buffalo and Wolfhound vehicles and 5. ST Kinetics for Warthog vehicles.
Use of the Authority’s electronic payment system would be a condition of contract.
The Authority would require the successful potential provider to have a Cyber Essentials certificate by the contract start date at the latest, and for it to be renewed annually.
If any conflicts of Interest have been identified during the procurement process the Authority would make the measures put in place by the winning Potential Provider to mitigate any risks from the conflict of interest, contractually binding commitments on the part of the Potential Provider in any resultant contract. Potential Providers should note that the Authority reserves the right to disqualify a Potential Provider if there is an actual or potential conflict of interest at any stage during the tendering process which can not be satisfactorily managed through an appropriately proposed compliance regime, and as a result this undermines fair and open competition. This includes any conflict of interest identified in relation to an associated company or member of any consortium or proposed sub-contractor.
III.1.5)Information about security clearance:
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 of the European Parliament and of the Council (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 of the European Parliament and of the Council (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.
A statement of Good Standing would be required with the response to the Pre-Qualification Questionnaire
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: (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.
The information requirements are detailed in the Pre-Qualification Questionnaire. In addition the MOD reserves the right to request any additional information which it considers necessary in order to demonstrate that the potential provider has sufficient economic and financial resources to deliver the PM SSS contract.
Minimum level(s) of standards possibly required: See section VI.3 below.
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:
(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.
(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 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 sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided.
(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.
(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.
(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).
As detailed in the accompanying Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required
Satisfactory performance (or valid reasons why unsatisfactory performance will not recur) of at least 1 contract in the past 5 years similar in nature, scale and complexity to this requirement.
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:
The main contractor would be required to provide evidence of the abilities of its subcontractors to process, store and transmit classified information at SECRET level of classification, by describing the required Facility Security Clearance (FSC) granted by its National or Designated Security Authority.
Minimum level(s) of standards possibly required
The Authority reserves the right under Article 21(5) of Directive 2009/81/EC of the European Parliament and of the Council to reject any subcontractor chosen by the main contractor at any stage of the contract award procedure or during performance of the contract if that subcontractor: (1) requires access to classified information at secret; and (2) fails to provide evidence to the satisfaction of the Authority that it has the capability to protect that level of classified information in accordance with Article 42.1(j) of Directive 2009/81/EC of the European Parliament and of the Council.
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: Interested potential providers are required to complete the Pre-Qualification Questionnaire (details below) to provide information that allows the Authority to evaluate the potential provider’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 Pre-Qualification Questionnaire responses to create a shortlist of tenderers which:
(1) are eligible to participate under Section III.2.1) of this Contract Notice and
(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice.
Full details of the method for assessing the potential providers will be set out in the Pre-Qualification Questionnaire and associated Guidance Document. All potential providers that meet the minimum criteria detailed in the Pre-Qualification Questionnaire will be selected to tender.
Whilst the Authority is not intending to reduce the number of potential providers during the negotiation phase it reserves the right to do so; this would be detailed in the Invitation to Negotiate.
Potential providers must read through this set of instructions and follow the process to respond to this opportunity.
The information and all relevant documents for this opportunity are available on 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.
Potential providers must log in, go to the Response Manager and add the following Access Code: 99476P8VJA
Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 16.5.2016 at 13:00. 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 (FAQs), or the User Guides, or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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
Prior information notice
Notice number in the OJEU: 2015/S 142-262798 of 25.7.2015
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:
(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) State whether the potential provider is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the potential provider’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. If the estimated annual contract value is less than 50 % of the Potential Provider’s annual turnover in the last three years, the Authority reserves the right to exclude the Potential Provider from being selected to negotiate if the Authority has major concerns that the financial standing of the Potential Provider constitutes a serious risk to the project
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available atwww.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.
Electronic Trading.
Potential providers must note the mandatory requirement for electronic trading which shall be a special condition for the performance of this Contract. The Ministry of Defence is currently seeking to replace its current Purchase to Payment (P2P) system with a new electronic payment tool called Contracting, Payment and Finance (C, P and F) which is scheduled to be introduced before the award of this contract. Further details will be issued to the tenderers when known.
On 2 April 2014 the Government introduced its new Government Security Classifications Policy (GSC) to replace the 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 GO Reference: GO-2016331-DCB-7998991.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Land Equipment, Operational Support Programmes (OSP)
MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
Body responsible for mediation procedures
Ministry of Defence, Land Equipment, Operational Support Programmes (OSP)
Bristol
UNITED KINGDOM
VI.5)Date of dispatch of this notice:
Related Posts
Maintenance for Spitfire and Hurricane Aircraft
Weapons Consumables for Small Arms and Light Weapons
Cross Platform Airworthiness and Engineering Support
Tender for 155 mm Smoke and Illuminating Ammunition