Tender for Interim Surface to Surface Guided Weapon System
The TTH project team, part of the UK Ministry of Defence, hereafter referred to as the authority, has a requirement for the provision and introduction into service of the I-SSGW system as an interim replacement for the existing system that is going out of service.
United Kingdom-Bristol: Missiles
2019/S 161-397419
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Weapons, Torpedoes, Tomahawk and Harpoon (TTH) Project Team
MOD Abbey Wood, Fir 3C, #4316
BS34 8JH Bristol
United Kingdom
Telephone: +44 3067936131
E-mail: DES-WpnsTTH-Commercial@mod.gov.uk
Internet address(es):
General address of the contracting authority/entity: https://www.gov.uk/government/organisations/defence-equipment-and-support
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
Purchase
Main site or location of works, place of delivery or of performance: Portsmouth.
NUTS code UKJ31
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
35620000
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
The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in Title III of Directive 2009/81/EC
II.1.8)Lots
II.2.1)Total quantity or scope:
The I-SSGW is to provide a ship launched over the horizon precision anti-ship capability and a terrain following precision maritime land attack capability.
It is anticipated that the I-SSGW capability will operate on X 5 Type 23 (Towed Array) frigates capable of concurrent Anti-submarine warfare (ASW) and Anti Surface Warfare (ASuW) operations in protection of a formed Maritime Tasking Group, for a 10-year period.
Important Note: In publishing this contract notice requesting expressions of interest, the Authority is under no obligation whatsoever to issue an invitation to tender or to place a contract as a result of this notice. Any potential providers who respond to this procurement shall be fully responsible for the cost of responding to the procurement, the authority shall not be liable in any way whatsoever to pay for any work undertaken by interested parties as a result of this notice.
II.2.2)Information about options
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:
III.1.5)Information about security clearance:
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 3 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.
Requirements are further specified in the Dynamic Pre-Qualification Questionnaire (DPQQ).
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: Requirements are further specified in the Pre-Qualification Questionnaire (PQQ)
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:
Requirements are further specified in the Pre-Qualification Questionnaire (PQQ)
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:
Requirements are further specified in the Pre-Qualification Questionnaire (PQQ)
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: Pre-Qualification Questionnaire (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
Prior information notice
Notice number in the OJEU: 2019/S 048-111467 of 5.3.2019
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:
The authority has engaged commerce decisions limited to utilise the award software to support the I-SSGW Pre-qualification questionnaire (PQQ) process. Award is available as an internet-based portal, providing potential providers access controlled via login and permissions.
To express an interest and for award access, potential providers will need to provide 2 points of contact (including name, telephone and e-mail) to DES-WpnsTTH-Commercial@mod.gov.uk and the potential providers will receive their award log-in details directly from the award customer support team.
Award software operating instructions are available on award once login and permissions are issued.
Should any potential providers have difficulties accessing the I-SSGW AWARD® site, please contact the MOD’s AWARD® Helpdesk – at support@commercedecisions.com or by calling +44 (0) 1235 431100, quoting I-SSGW.
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 Go reference: GO-2019819-DCB-15268101
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Weapons, Torpedoes, Tomahawk and Harpoon (TTH) Project Team
MOD Abbey Wood, Fir 3C, #4316
BS34 8JH Bristol
United Kingdom
E-mail: DES-WpnsTTH-Commercial@mod.gov.uk
Telephone: +44 3067936131
VI.5)Date of dispatch of this notice: