web-banner-marketing2

Market Leads & Opportunities

UK-Bristol: Insulated cable glands.

Type of document: Contract Notice
Country: United Kingdom

UK-Bristol: Insulated cable glands.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, Submarines, Maritime Equipment Transformation (MET) Team
DE & S, Ash 2C #3214, Abbey Wood, Bristol, BS34 8JH, United Kingdom
Tel. +44 03067988144, Email: DESShipsMPS-MET-Comrcl-SPOC@mod.uk
Contact: MET Commercial *Attn: Gavin Weeks
Main Address:

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Applications must be sent to: As Above

I.2)Type of the contracting authority and main activity or activities:
Ministry or any other national or federal authority, including their regional or local subdivisions

I.3) Main activity:
Defence

I.4) Contract award on behalf of other contracting authorities/entity:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Spares Inclusive Upkeep Contract for Trafalgar and Vanguard Submarines – Hull Pressure Glands and Sintered Glass Penetrators
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase

Region Codes: UKK11 – Bristol, City of
II.1.3)Framework agreements: Not Provided

II.1.5)Short description of the contract or purchase:
Insulated cable glands. The Contract will be for the exclusive spares upkeep and support to the Trafalgar and Vanguard Class Submarines for 5 years plus option for further 3 years – Hull Pressure Glands and Sintered Glass Penetrators

II.1.6)Common Procurement Vocabulary:
31344000 – Insulated cable glands.

II.1.7)Information about subcontracting:
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed.
II.1.8)Division into lots: No
II.1.9)Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope (including all lots, renewals and options):
The Maritime System Support (MSS) team work closely with Class Output Management and In-Service Submarine teams to support all legacy and, as appropriate, future warship and submarine platforms in the fleet.
Industry will be invited to propose cost effective and where possible innovative solutions to fulfil the requirements of the defined supply and support solution, as defined by MSS to meet their long term strategic requirements for the systems and equipments and maintain MOD focus for equipment safety and system knowledge.
Spares Inclusive Upkeep (SIU) contracts share some of the charachteristics of a traditional enabling contract ; they are an agreement between the Supplier and the Authority containing the terms and conditions subject to which the Authority may place orders for Articles or Services , or both. Differences exist between these types in the form of the types of Articles and Services that may be demanded. Specifically :

The Department is currently seeking to place an Enabling Contract to provide support for this equipment covering the following areas:

Task 1 – Management:

Through Life Management Service: the Contractor is to take full responsibility for all aspects of the Task Management as directed by the Department. The Contractor shall establish and maintain the technical experience and resources to define, conduct, place and manage sub-contracts covering any and all of the tasks covered under the contract.

Project Management Service: to include the following functions, progress meetings, progress reports, liaison with MOD Inventory and Project staff, and Original Equipment Manufacturers (OEMs) on investigations into the future development or improvement of equipment; provide a risk management plan within 6 weeks of contract placement to be approved by EEG2; provide a configuration management plan; and any other tasks as deemed necessary by the Department.

Task 2 – New Manufacture Items:

Supply of 1st level Submarine Pressure Hull Glands and Submarine Sintered Glass Penetrators as listed in Def Stan 02-524 compliant with SSP 25 Quality Assurance requirements, issued with a completed SOQR (Statement of Quality Requirements Certificate of Conformity, test certificates and any other certification/quality requirements that may be deemed necessary by the Department.

Task 3 – Provision of post Design Services:

To include investigations at the Manufacturer’s works relating to the equipment, where the Contractor has the relevant knowledge and expertise. Recommendations for improvement to equipment reliability and/or performance. Upon request, to develop solutions to problems in form of drawings and descriptions. Advice regarding manufacturing techniques and/or equipment components can be improved, new production methods. On or Off site engineering support through tasking. Updating and/or amending of technical documentation and drawings. The Provision of technical expertise to investigate defects in HM Vessels as requested by MOD Project Manager. Provision of necessary equipment and spares to investigate and rectify faults onboard HM Vessels and at Government establishments. Attendance onboard HM Vessels and Government Establishments, and other tasks as deemed necessary by the Department
The items are to comply with current Health & Safety Regulations and Environmental Legislations and are to be returned with Certificates of Conformity to meet the MOD Defence Standards and, where appropriate, classification societies requirements.

Examples of Pressure Hull Glands and Sintered Glass Penetrators required by MET-EEG can be found in Defence Standard 02-524 Parts 1-3.
Estimated value excluding VAT:
Range between: 3,500,000 and 6,000,000
Currency: GBP

II.2.2)Options: Yes
If yes, description of these options: Three year pricing extension option to provide extended support to the applicable platforms beyond the 5 years requested .
II.2.3)Renewals: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the Invitation to Negotiate.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will follow delivery and subsequent acceptance of the goods (Def Con 525) or articles via Purchase to Payment (P2P) System (Def Con 522J) and via BACS (Def Con 523).

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Applicable

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:
The Authority reserves the right to amend any condition related to security of information to refect the changes in national law or government. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspect Letter to reflect such changes whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.
Def Con 14 and 15 – will apply -The Authority must at all times retain access rights to Design and Technical information when required to ensure continuity of supply as detailed within the Def Cons.
Def Con 659 – Security Measures – will apply
Def Con 608 – Access and Facilities To Be Provided By The Contractor – may apply.
III.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided

III.2)Conditions For Participation
III.2.1)Economic and financial capacity:
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers.
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 these criteria are at

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.

Information and formalities necessary for evaluating if the requirements are met:
III.1.5) Information about security clearance
III.2.2) Conditions For Participation
III.2.1) Economic and financial capacity :
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) 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 in 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 criteria are at
Exclusion.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 offences, circumstances or misconduct under Article 39 (2) may be excluded from being selected to bid at the discretion of the Authority.

Information and formalities necessary for evaluating if the requirements are met :
A statement of Good Standing provided with the PQQ.
III.2.2) Economic and financial standing:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
(a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance;
(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.

Information and formalities necessary for evaluating if the requirements are met:
Evidence of Professional Risk Indemnity; at least 2 years certified audited accounts in statutory form, profit and loss account and balance sheet; or statement of overall turnover to be provided with PQQ.
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:
If the estimated annual contract value is greater than 40% of the suppliers 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 eg. such evidence may include :
(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement and
(2) State whether the supplier is willing to provide the Authority with an indemnity guarantee or bank bond.
A financial assesment will be undertaken on the suppliers fianancial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity geearing and capacity .
The assesment will include the Parent Company where applicable . An independant financial assesment obtained from a reputable credit rating organisation will 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)

(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;
(b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i)the value of the consideration received; (ii)when and where the work or works were carried out; and (iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed;
(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five 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;
(d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;
(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;
(f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator’s study and research facilities and quality control measures;
(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator’s educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator’s managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;
(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract;
(i) a statement of the services provider’s or contractor’s average annual number of staff and managerial staff over the previous three years;
(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;
(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority;
(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;
(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);

Information and formalities necessary for evaluating if the requirements are met:
This information will be sought through a prequalification questionaire.Bidders should complete the Pre-Qualification Questionaire (PQQ) that recieve a total score of below 50%for form 2 : Part F of the PQQ will not be invited to tender. A minimum number of 1 bidders which satisfy the requirements of the PQQ will be invited to Tender. A maximum number of 5 bidders which satisfy the requirements of the PQQ will be invited to tender. In the event more than 5 bidders satisfy the requirements of the PQQ those bidders with the 5 highest scores will be invited to tender
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:
It is necessary that companies have ISO 9001:2000 accreditation or equivalent. Companies who express an interest but do not provide evidence of suitable accreditation will be excluded from any further part in the competition.
Minimum level(s) of standards possibly required: (if applicable)
Capability

It is a requirement that any Contractor who manufactures Pressure Hull Glands for the MOD must hold or attain Capability Approval from MET-EEG2 in accordance with the requirement of Defence Standard 08-171, by the planned contract placement date of early 2017.

MET requires two types of PHG to be manufactured for Capability Approval;

4 Way Co-axial PHG (NSN 99-192-4968) with 3m length of cable outboard
(NSN 99-724-8822) and 3m length of cable inboard (NSN 99-724-8834) and a 19 Way Screened Twisted Pair PHG (NSN 99 660-6050) with 3m length of cable outboard (NSN 99-543-4475) and 3m length of cable inboard (NSN 99-724-8840)

If the cables prescribed above are unavailable, other cables may be used on approval by MET-EEG2.

All costs associated with Capability Approval are to be borne by the contractor and re-approval is mandated every three years.

The items are to comply with current Health & Safety Regulations, Environmental Legislations and are to be returned with Certificates of Conformity to meet the MOD Defence Standards and where appropriate, classifications societies requirements.

The supplier must also be able to comply with the requirements of SSP25.
III.2.4) Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Negotiated

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 1 and maximum number: 5
Objective Criteria for choosing the limited number of candidates:
Suppliers must read through this set of instructions and follow the process and respond to this opportunity.
The information and or documents are available on www.contracts.mod.uk and you must register on this site to respond, if you are already registered you will not have to register again, simply use your existing username.and password
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Not Provided
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2)An electronic auction will be used: Yes
If yes, additional information about electronic auction
Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: MSS/013
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 15/08/2016
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English

Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)The contract is related to a project and/or programme financed by European Union funds: No
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 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 April 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.

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
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: 739PZPUV74.

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.

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, Submarines, Defence Marine Services (DMS)
Bristol, United Kingdom

Body responsible for mediation procedures:
Ministry of Defence, Submarines, Maritime Equipment Transformation (MET) Team
Bristol, United Kingdom

VI.4.2)Procedures for appeal: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Submarines, Maritime Equipment Transformation (MET) Team
Bristol, United Kingdom

VI.5) Date Of Dispatch Of This Notice: 14/07/2016

ANNEX A