Small Training Craft Support for Ministry of Defence
The Commercially Supported Shipping team has a requirement for a contractor to support the Authority’s small motorised crafts operated by the Naval Cadet Forces and dinghies operated by the Naval Cadet Forces and Royal Navy.
United Kingdom-Bristol: Boats
2014/S 039-064160
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Commercially Supported Shipping (CSS), Ships
Defence, Equipment & Support, Ministry of Defence, Abbey Wood (South), Ash 2a #3203
For the attention of: Emily Murray
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067936933
E-mail: desshipscomrcl-css-3b1a@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)
Section II: Object of the contract
Purchase
NUTS code UKK11
Duration of the framework agreement
Duration in months: 48
Small Motorised Crafts:
The Naval Cadet Forces currently include the Sea Cadet Corp and the Combined Cadet Forces. These groups compromise of circa 350 individual units located throughout the United Kingdom. Channel Islands and Isle of Man, there are approximately 320 small motorised crafts operated by the Naval Cadet Forces. The support required is for the rectification of repairs and defects for the crafts and when required, disposal of crafts as and when required and the management of the reporting and auditing of works carried out to these craft such as that it meets all current and future standards for their continued safe operation.
Rectification through the repair of defects is expected to be undertaken within 100 miles of the defective crafts location or 3 hours transit by road, whichever is most effective. In the event that the repair or defect type, local facilities and required repair action allow, rectification action would be expected at the crafts location.
Dinghies and Dinghy Spares:
There are in operation 7 class types of sail training dinghies, they are Laser 1, Laser 2000, Laser PICO, RS 200, RS 400, Boson and Toppor; for which there is a requirement for the supply of dinghies and spare parts as requested by MoD stores, up to and including whole craft and associated trolleys and trailers.
34520000
To potentially purchase between 1 and 20 dinghies from up to 7 class types and the purchase of dinghy spares.
Section III: Legal, economic, financial and technical information
The MoD has implemented an electronic purchasing system called Purchase to Payment, which is operated over the Defence Electronic Commerce Service (DECS). Any resultant Contract will require the supplier to trade via the P2P system. Further information is available from www.d2btrade.com
Description of particular conditions: 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 proactive marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.
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.
(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) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Potential Providers are to provide Economic and financial ability evidence as detailed in the Pre-Qualification Questionnaire (PQQ) reference access code: U6D5PZX25M Potential Providers are to supply the Economic and financial required information as part of your submission of the PQQ. Reference using access code: U6D5PZX25M
Minimum level(s) of standards possibly required: The estimated annual contract value is GBP 1 million. 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, e.g. such evidence may include:
1) Any additional information providing it had sufficient economic and financial resources to deliver the requirement; and
2) State whether the supplier is willing to provide the Authority with an idemnity, guarantee or bank bond.
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 organization will be utilised as part of this process.
Potential Providers are to provide technical and/or professional capacity evidence as detailed in the PQQ reference using access code: U6D5PZX25M
Minimum level(s) of standards possibly required:
This information is included within the PQQ reference using access code: U6D5PZX25M
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
Objective criteria for choosing the limited number of candidates: Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
This information and.or 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.
Suppliers must log in, go to the Response Manager and add the following Access Code: U6D5PZX25M
Please ensure you follow any instructions provided to you.
The deadline for submitting you response(s) is 31.3.2014 12:00. 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 Frequenly Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contract.mod.uk
Interested suppliers are required to complete the PQQ to provide information that allows thr 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 PQQ response to create a shortlist of tenderers who:
1) are eligable 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 in Sections III.2.2) and III.2.3) of this Contract notice.
Details of the weighings and scoring for the PQQ questions are set out in PQQ reference U6D5PZX25M.
Section VI: Complementary 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.
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
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: U6D5PZX25M.
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 8452707099.
GO Reference: GO-2014221-DCB-5478253
VI.5)Date of dispatch of this notice:21.2.2014