Supply of Diver Launch and Recovery System
Marine equipment. Salvage and Marine Operations has a requirement for a diver Launch and Recovery system (LARS) to support surface supply diving operations to 50 m.
United Kingdom-Bristol: Marine equipment
2014/S 092-161370
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Defence, Ships
DE&S Abbey Wood, Ash 2b, #3212
Contact point(s): Salvage & Marine Operations
For the attention of: Mr Ryan Schofield
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067986159
E-mail: desshipscomrcl-sanmo-1a1@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 UKK1
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 LARS shall achieve the following key objectives:
A. Have a foot print no larger than a 20 foot ISO container.
B. Deploy two surface supplied air divers to a depth of fifty metres.
C. Comply with all relevant UK regulations and industry guidelines.
D. Be a commercial off the shelf design of proven design.
The Launch and Recovery system shall comply with the following specification.
1. The LARS shall be able to deploy two divers to a working depth of fifty metres from a vessel with a freeboard of up to five metres.
2. The diver basket shall be of sufficient size to comfortably accommodate two divers.
3. The basket and winch shall be certified to have a pay load of not less than 500 kg.
4. The diving basket shall fixings for an emergency air supply cylinder with a capacity of not less than 50 litres.
5. The diver basket shall be manufactured from stainless steel.
6. The diver basket winch shall be fitted with limit switches to prevent over winching.
7. The LARS shall have a clump weight system to stabilise the diver basket and prevent rotation.
8. The clump shall weigh at least 200 kg.
9. The LARS shall include a separate winch to operate the clump weight. The clump must be able to deploy to sixty metres depth from a vessel with a five metre freeboard.
10. The LARS shall be supplied with local and remote controls.
11. The controls on both the local and remote controls shall operate the A frame, clump weight winch and diver basket winch. All controls shall be clearly labelled in English.
12. The remote control shall allow the person operating it to move to a position within ten metres of the LARS.
13. The LARS shall be supplied with any hydraulic power packs required to operate the system.
14. The power pack shall operate on 440v, 3 phase 60Hz.
15. The LARS and any required power pack shall be designed to minimise maintenance, this is to include use of low or zero maintenance (materials) where possible and high quality paint systems suitable for the offshore environment.
16. The A frame shall be fitted with flood lights to illuminate the diver basket during launch/recovery.
17. The LARS shall be supplied with details of how much force the system imparts to the deck of a ship during launch and recovery.
18. The LARS shall be supplied with details of the recommended system to be used in securing the A-frame to the deck of a ship.
19. The LARS shall be supplied with designed and tested lifting points.
20. The LARS shall be supplied with certified lifting wires and shackles.
21. There shall be forklift pockets in the base to allow handling and lifting on to lorries.
22. The system shall be supplied with a complete set of operation and maintenance manuals in hard and soft copy.
23. The system shall be supplied with a complete set of as built drawing detailing structure, hydraulic and electrical systems in hard and soft copy.
24. The contractor shall have relevant ISO 9001:2003 certification.
25. The LARS must be supplied with documentation showing conformance to:
a) Lloyds Register of Shipping or DNV design approval.
b) International Maritime Contractors Association (IMCA) guidance documents:
i. DO23 – Design of Surface Orientated (air) Diving Systems.
ii. DO18 – Code of Practise for the initial and periodic examination, testing and certification of Diving Plant and Equipment.
26. The LARS shall be supplied with a certificate file containing but not limited to:
a) Certificate for lifting equipment.
b) Test certificates for any wires, shackles, pulleys etc. used in the system.
c) A Declaration of Conformity (proving conformance with all relevant European Union Directives).
d) Certification for Hydraulic components.
II.1.6)Common procurement vocabulary (CPV)
34930000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
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.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
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
(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.
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.
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 PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities.
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.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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.3)Additional information
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: F7A5JR324N. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 9.6.2014 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 Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing – support@contracts.mod.uk or call +44 8452707099.
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 GO Reference: GO-201459-DCB-5659117
VI.5)Date of dispatch of this notice: