web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Henlow: Tools

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 125-254113/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, ISTAR, Air Defence and Electronic Warfare Systems
Postal address: RAF Henlow
Town: Henlow
Postal code: SG16 6DN
Country: United Kingdom
Contact Person: Becky Hazel
Telephone: +44 14628515154071
Email: DESADEWS-ComrclMgr@mod.uk
Nuts code: UK
Internet address(es):
Main address: WWW.bipsoultions.com

I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:www.bipsolutions.com
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: The Hire of Plant Equipment and Tools (PET).

Reference number: ADEWS/017
II.1.2) Main CPV code: 44510000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Provide under hire arrangements a broad range of PET for a period of 4 years.
II.1.5) Estimated total value:
Value excluding VAT: 750000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Provide under hire arrangements a broad range of PET to the MOD for a 4 year period. Typically the scope of equipment is:
Lifting and Material Handling.
Non Mechanical Access.
Plant.
Powered Access.
Power Solutions and Lighting.
Site Welfare.
Survey and Measurement.
Tools.
Track way, Barriers and Fencing.
Training (as necessary) on any PET in scope of the above.
Cranes (generally will be a contract lift).
Fuel and other consumables.
Transportation
Within defined time frames, deliver the equipment to, and collect from site. The site will generally be within the UK mainland but will include the Scottish Is. of Hebrides and Shetland.
Delivery and collection shall include the loading and unloading of heavy (non-manhandle able) PET from the delivery vehicles.
Time Frames
It is anticipated that 7 days’ notice will be provided for any PET requirements. The notice period will be from submission of the tasking proforma to the PET being delivered on site. There will be occasions where PET may be required on site sooner to support urgent requirements, typically 1 days’ notice will be provided under these circumstances.
All PET delivered on site shall be in good working order with maintenance records that will remain ‘in date’ for the period of hire.
Irrespective of liability, all repairs necessary as a result of PET failure shall be undertaken by the Supplier who shall attend site within 1 day (UK Mainland) and 2 days’ (Scotland Is.) to make the repairs. To prevent delays, details of the failure will be provided from the Authority to the Supplier to enable the Supplier to make a remote assessment of the failure and to identify what repairs can be made. Attributing liability of the failure will be subject to formal reviews at periodic meetings.
Given the uncertainties relating to site specific work it is not possible to precisely specify the PET that will be required. As such it is anticipated that the Supplier will have a broad portfolio of PET that it is able to supply and where it is unable will seek equipment from others. This is more likely to apply to specialist Plant such as Cranes.
The Supplier shall provide an ‘out of hours’ telephone helpline to be contacted in the event of PET failures or urgent hires.
Technical Documentation to include but not be limited to:
User instructions.
Maintenance Instructions.
Where a hire includes the provision of personnel, such as for training or Crane operations/Banksmen, individual’s competence shall be demonstrated by Industry Body recognised qualifications and approvals.
Training.
The Supplier shall provide the following levels of training:
Where specified on the tasking request, PET familiarisation training to RAF personnel at the site the PET is delivered to.
Comprehensive Powered Access training to RAF personnel resulting in qualifications accredited by an Industry Body such as the International Powered Access Federation (IPAF). The individuals trained to this level will cascade training to the RAF workforce employed in the construction of equipment.
It shall be recognised by the Supplier that the Authority manages formal competence of its personnel operating Powered Access by training to an Authority generated Training regime. The Supplier shall be required to review this regime within 1 month of contract commencement with the outcome of assessing its suitability.
No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 750000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-28End: 2021-08-27
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: ‘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 at ’

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement

Framework agreement with a single operatorIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-08-31 Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2017-08-31 Local time: 10:00 Place:MoD Abbeywood.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
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.

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 complete the Suitability Assessment Questions (SAQ). The SAQ will not be used to reduce the number of eligible and qualified tenderers invited to bid. It is a pass/fail test for minimum levels of capability and capacity.
Should a supplier fail to meet the minimum eligibility and selection criteria set out in the SAQ they will be discounted and their tender response will not be reviewed.
The SAQ assessment criteria is not scored or weighted, instead suppliers will ‘self-certify’ that they meet the minimum eligibility and suitability criteria using a ‘Yes/No’ methodology.
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: 4S5ZK3V882.
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-2017629-DCB-10535791.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, ISTAR, Air Defence and Electronic Warfare Systems
Postal address: RAF Henlow
Town: Henlow
Postal code: SG16 6DN
Country: United Kingdom
Telephone: +44 14628515154071
E-mail: DESADEWS-ComrclMgr@mod.uk

VI.4.2) Body responsible for mediation procedures
Official name: Ministry of Defence, ISTAR, Air Defence and Electronic Warfare Systems
Postal address: RAF Henlow
Town: Henlow
Postal code: SG16 6DN
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-06-29