Supply Data Analysis Services to Ministry of Defence
a. Collection and collation of all Maintenance data from the RAF Forms 700 and supporting documentation, as laid out in the MOD General Orders and Technical Instructions.
United Kingdom-Henlow: Data analysis services
2017/S 057-106989
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, ISTAR, Air Defence and Electronic Warfare Systems
RAF Henlow, Building 85, Bedfordshire
For the attention of: Becky Hazel
SG16 6DN Henlow
United Kingdom
Telephone: +44 14628515154071
E-mail: DESADEWS-Comrcl-Mgr@mod.uk
Internet address(es):
General address of the contracting authority/entity: www.bipsolutions.com
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 3: Defence services, military defence services and civil defence services
Main site or location of works, place of delivery or of performance: Highlands and Islands, Extra-Regio.
NUTS code UKM6,UKZZ
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
72316000
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:
a. Collection and collation of all Maintenance data from the RAF Forms 700 and supporting documentation, as laid out in the MOD General Orders and Technical Instructions, from all radar sites in order to quantify the achieved availability, reliability and other KPI and PIs as called for in the support contracts.
b. Provision and management of a Document Management System for maintenance data collected from each of the Radar sites and used as a data repository.
c. Host, Data Validation, and Sentencing Meetings and by attendance at these meetings ascertain compliance of the CLS / CfA Contractor to the CLS / CfA Contract R, A&M requirements. (Total of six meetings per year at the Contractor’s premises).
d. Host and attend Quarterly Working Group meetings. (Total of 4 meetings per year at Contractor’s premises.)
e. Production of statistical results. Quantification as in para c.
f. Consultation with the maintenance and operations staff at each radar site to enable data collection and assessment.
g. Briefing of RAF personnel on the requirements of CLS and the need for data collection.
h. Supply and installation of power quality and temperature and humidity monitoring units and shock loggers as agreed with the Authority.
i. Visits to all UK radar sites at 6-monthly intervals to install and download temperature loggers and where fitted power quality readings.
j. Tracking of LRUs into and out of BAE to assess the Repair Time KPI.
k. Monitoring Buildstates for comparison with reported LRU changes and liaison with Site staff to keep Build states up-to-date.
NUTS codes are not available for all radars location. Please see radar locations below:
T101 Radar Locations:
a. 3 at fixed sites in the Falkland Islands at Mount Kent, Byron Heights and Mount Alice.
b. No 1 Air Control Centre (1ACC) based at RAF Scampton and is used in support of Operations Out of Area and exercises worldwide. This radar is currently on an enduring operation in Cyprus and is expected to remain there till its out of Service date of 31.12.2017.
c. RAF Cosford as a Ground Training Aid (GFA).
T102 Radar Locations:
1 of the T102 Radars is installed at RRH Portreath and the other is being used as a gap fill radar within the UK.
TPS77 Radar Locations:
3 TPS 77 Radar is located at 3 fixed sites, RRH Trimingham, RRH Staxton Wold and RRH Brizlee Wood.
T92 Radar Locations:
2 T92 Radars are located at fixed sites, RRH Buchan and RRH Benbecula.
Estimated value excluding VAT:
Range: between 950 000 and 1 200 000 GBP
II.2.2)Information about options
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:
Any resultant Contract will require a Technical Assistance Agreement in accordance with ITAR.
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 athttp://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: (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.
At least 2 years audited accounts (if available) or equivalent must be submitted as part of the PQQ response. The Authority reserves the right to request further financial information following receipt of the PQQ response.
Minimum level(s) of standards possibly required: Financial assessment will be undertaken on the suppliers 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 may be utilised as part of this process.
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;
(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 requested for at the PQQ and ITT stage for those companies down selected to participate in the ITT stage.
Minimum level(s) of standards possibly required
Demonstration of capability and capacity to deliver the advertised requirement in the suppliers PQQ response. The PQQ will be scored using the criteria set out in the PQQ.
The Authority reserves the right to reject any submission that does not demonstrate sufficient capability and capacity to deliver the advertised requirement.
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: 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 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: P2N3TW4N47. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 20.4.2017 10:00. 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 Helpdesk by emailing support@contracts.mod.uk.
Interested suppliers are required to complete the PQQ 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 PQQ response to create a shortlist 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 Help Text Box for 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. 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.
https://www.gov.uk/government/publications/government-security-classifications
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
‘Electronic Trading
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 athttps://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.’
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: P2N3TW4N47.
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 0800 282 324.
GO Reference: GO-2017321-DCB-9843113.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, ISTAR, Air Defence and Electronic Warfare Systems
RAF Henlow
SG16 6DN Henlow
United Kingdom
E-mail: DESADEWS-ComrclMgr@mod.uk
Telephone: +44 14628515154071
VI.5)Date of dispatch of this notice:
Related Posts
Supply of DataEase Extraction Software
Management System Software – Request for Quotation
BBC Tender Digital Analytics Tender
Purchase of Intellectual Property Database
Data Collection and Matching Contract