Supply Mobile Bridges to Ministry of Defence
Heavy Forces Close Support Bridge (CSB) and General Support Bridge (GSB) Systems.
United Kingdom-Bristol: Mobile bridges
2014/S 192-339651
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Land Equipment
Operational Infrastructure Programme (OIP), #1309 Spruce 3a NH1, DE&S MOD Abbey Wood
For the attention of: Jen Parish
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067985816
E-mail: deslecomrcl-ops-lifeboatmgr5@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/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
NUTS code UKK11
II.1.5)Short description of the contract or purchase(s):
1. The Authority’s Operational Infrastructure Programme (OIP) team has identified a possible future requirement to sustain the Heavy Forces Close Support Bridge (CSB) and General Support Bridge (GSB) capability currently being provided by the BR90 system to support UK forces out to 2040, enhancing the capability to a minimum of Military Load Classification (MLC) 100 (Tracked) to restore unrestricted crossing by UK Heavy Forces by 2022.
Only the Assessment Phase (AP) of this project is currently funded.
2. Potential options to satisfy the possible requirement will include, but may not be limited to:
a. An existing Off the Shelf system; or
b. A Modified Off the Shelf system; or
c. Modification of the current BR90 systems (see supporting information below), which is likely to address, but may not be limited to:
i. MLC upgrade of the bridges;
ii. Vehicle obsolescence;
iii. Vehicle top hamper obsolescence; and
iv. Current bridge fatigue and future bridge fatigue management; or
d. A system under development for another Armed Force that shall be available no later than 2022.
3. The Authority requires:
a. 25 — 33 CSB systems that can be launched/recovered by the TITAN Armoured Vehicle Launch Bridge (AVLB); with each system consisting of 2 x 12-15 m and 1 x 24-28 m bridges rapidly deployable, a supporting replenishment vehicle, and which is desirably scalable up to a minimum of 60 m utilising combination bridging while maintaining the minimum MLC;
b. 12 — 16 GSB systems with a span of 28-36 m that can be self deployed, and which is desirably scalable up to a minimum of 60 m while maintaining the minimum MLC;
4. The Authority is seeking a Prime Contractor, who shall be BS11000 compliant at the end of the AP of this project.
5. Within your Expression of Interest (EOI) you are required to state:
a. The system(s) (GSB, CSB, or both) you are able to offer, and which option, as detailed at paragraph 2, are you intending to use. If you are able to meet the requirement outside of these options OIP is willing to consider your solution, but your EOI must provide a brief summary of how you will intend to meet the requirement.
b. That you would take Design Authority (DA) responsibility for the system you intend to deliver should the system be chosen at Manufacture Phase.
c. As the DA, you shall ensure the system(s) are/is capable of being logistically supported and sustained through life.
d. If your option is to modify the current BR90 bridge system(s), you must explicitly state your assumptions relating to the level of design information and previous usage data that you will require.
e. Your response to the information required under Technical Capacity.
6. Supporting Information:
The BR90 bridging capability consists of two systems the CSB and the GSB. A CSB system includes the TITAN AVLB, which is out of scope of this requirement, and 2 x 13.5 m and 1 x 26 m bridges replenished by a Tank Bridge Transporter (TBT). A GSB system consists of a 32 m single span bridge self launched and recovered by BR90 Automotive Bridge Launch Equipment (ABLE) vehicle and supported by BR90 Bridging Vehicles (BV).TBT, ABLE and BV are all Improved Medium Mobility Load Carriers (IMMLC).
7. BR90 currently provides:
a. MLC 70 (T) CSB
i. Launched and Recovered by TITAN AVLB;
ii. Resupply via BR90 TBT vehicle (45 off) with IMMLC mobility;
iii. 26 m Scissor bridge (48 off);
iv. 13.5 m bridge (96 off);
v. Combination bridging out to 66 m, including the use of Trestle equipment.
b. MLC 70(T) GSB
i. Self launched and recovered by BR90 ABLE vehicle (29 off) and supported by BR90 BV (65);
ii. 32 m Single Span (32 off);
iii. 44 m using Long Span Equipment (10 off) re-enforcing equipment;
iv. 62 m using Two Span Equipment (10 off) over fixed and floating piers.
8. Please note the following:
a. The Authority intends to award a maximum of 6 Contracts for the AP, up to 3 contracts to compliant suppliers for CSB and 3 contracts to compliant suppliers for GSB, in line with departmental affordability and the award criteria and weightings specified in the ITN documents.
b. In line with departmental affordability the Authority will impose a cap for each AP contract; suppliers will be notified of the cap value prior to the ITN being released. The Authority will also use their right to negotiate inline with the Competitive Negotiated Procedure to maintain value for money whilst maximising competition through to Demonstration and Manufacture (D&M) phase.
c. No further funding or contracts for AP work will be available at a later date for this requirement.
d. Successful completion of the AP contract/s will enable the Authority to consider continuation of the requirement through to Demonstration / Manufacture contract/s; which shall be separately advertised and contracted. At this stage please note the D&M phases are NOT funded.
e. The ‘total quantity or scope of the contract’ and the ‘duration of the contract or time limit for completion’ is for the AP only.
f. The estimated value of the programme including Demonstration / Manufacture is 300 000 000 GBP and the estimated duration is 7 years.
II.1.6)Common procurement vocabulary (CPV)
34144300
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:
Currently Demonstration Phase and Manufacture Phase is not funded.
The estimated value of the programme including Demonstration / Manufacture is 300 000 000 GBP and the estimated duration is 7 years.
Estimated value excluding VAT: 16 500 000 GBP
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.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 (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 (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.
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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
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.
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
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: 8V69WYGTJ9.
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-2014102-DCB-6059304
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Land Equipment
Operational Infrastructure Programme (OIP)
Body responsible for mediation procedures
Ministry of Defence, Land Equipment
Operational Infrastructure Programme (OIP)
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Land Equipment
Operational Infrastructure Programme (OIP)
VI.5)Date of dispatch of this notice: