web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Telford: Sanitary works

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 168-345214/EN)
Nature of contract: Supply contract
Procedure: Restricted 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, DSG, Defence Support Group (DSG)
Postal address: Building B15, MOD Donnington
Town: Telford
Postal code: TF2 8JT
Country: United Kingdom
Contact Person: Mena Gosling-Hughes
Telephone: +44 19526738266
Email: mena.gosling-hughes@babcockinternational.com
Nuts code: UKG21
Internet address(es):
Main address: www.babcockinternational.com

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
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: IRM 16/1308 Repair of Operational Infrastructure Equipment.

Reference number: IRM16/1308
II.1.2) Main CPV code: 45232460
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This requirement will be split into lots. Suppliers who progress to the Invitation to Tender Stage can bid for one lot, several lots or a combination of lots. A framework agreement covering all lots or framework agreements for individual or combination of lots will be awarded. The requirement is being advertised in 5 separate lots:
Lot 1: Repair and F Gas Testing of ECUs and HVAC Heater Mk II Equipment;
Lot 2: Repair of Tactical Base Ablution Units and Pre-Deployment checks;
Lot 3: Repair of Containerised Refrigeration Equipment;
Lot 4: Repair of Pump Pressurisation Units;
Lot 5: Supply of Containerised Equipment Spares.
We reserve the right to exclude any company that scores a ‘no answer’ or ‘poor’ answer on any question with the DPQQ.
II.1.5) Estimated total value:
Value excluding VAT: 6021400.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:All variations.

II.2) Description
II.2.1) Title: Repair and F-Gas Testing of 15Kw Environmental Control Units and HVAC Heater Mk II Equipment

Lot No:1
II.2.2) Additional CPV code(s)
42512300

II.2.3) Place of performance
Nuts code: UKG21
Main site or place of performance:
Telford and Wrekin.

II.2.4) Description of the procurement:
1. Repair and refurbishment to full current build standard.
The scope of the repairs to be carried out shall be determined from the survey against OEM specification.
2. Statutory Annual Inspections and periodic checks to enable continued use of equipment.
3. Pre and Post Deployment Checks via ‘man-in-van’ service.
No business whatsoever is guaranteed under any resulting framework or contract, indeed, there is no guaranteed 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
Criteria below
Quality criterion -Name: Technical 1/Weighting:10Quality criterion -Name: Technical 2/Weighting:10Quality criterion -Name: Technical 3/Weighting:15Quality criterion -Name: Technical 4/Weighting:15
Cost criterion -Name: Price/Weighting:50
II.2.6) Estimated value:
Value excluding VAT: 1728968.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 against the selection criteria set out at Sections III.1.1), III.1.2) and III.1.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) fulfil any minimum standards under Sections III.1.2) and III.1.3) of this Contract Notice; and
(2) best meet in terms of capacity and capability the selection criteria set out Sections III.1.2) and III.1.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.
In accordance with MoD policy the minimum number of candidates to be selected under the Restricted Procedure applicable to this requirement. However, in accordance with Regulation 58(19), where the number of candidates meeting the selection criteria and the minimum levels of ability is below that number, the Authority reserve the right to continue the procedure by inviting the candidates with the required capabilities. In the context of the same procedure, the Authority shall not include economic operators that did not request to participate, or candidates that do not have the required capabilities.
The Authority reserves the right to exclude any company that scores a ‘no answer’ or ‘poor’ answer on any question in the DPQQ.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 2 x Option years to be exercised over 2 x 1 year increments, if required.
Provisional timetable for recourse to these options: At 24 months.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: This opportunity is available on www.contracts.mod.uk go to the Response Manager and add the following Access Code: 8EU7296ED6. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 9.9.2017 17:00. Allow plenty of time when responding prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Repair of Tactical Base Ablution Units (TBAU)

Lot No:2
II.2.2) Additional CPV code(s)
45330000

II.2.3) Place of performance
Nuts code: UKG21
Main site or place of performance:
Telford and Wrekin.

II.2.4) Description of the procurement:
1. Repair and refurbishment to full current build standard.
The scope of the repairs to be carried out shall be determined from the survey against OEM specification.
2. Statutory Annual Inspections and periodic checks to enable continued use of equipment.
3. Pre and Post Deployment Checks via ‘man-in-van’ service.
No business whatsoever is guaranteed under any resulting framework or contract, indeed, there is no guaranteed 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
Criteria below
Quality criterion -Name: Technical 1/Weighting:10Quality criterion -Name: Technical 2/Weighting:10Quality criterion -Name: Technical 3/Weighting:15Quality criterion -Name: Technical 4/Weighting:15Quality criterion -Name: Price/Weighting:50
Cost criterion -Name: Price/Weighting:50
II.2.6) Estimated value:
Value excluding VAT: 2462064.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 against the selection criteria set out at Sections III.1.1), III.1.2) and III.1.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) fulfil any minimum standards under Sections III.1.2) and III.1.3) of this Contract Notice; and
(2) best meet in terms of capacity and capability the selection criteria set out Sections III.1.2) and III.1.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.
In accordance with MoD policy the minimum number of candidates to be selected under the Restricted Procedure applicable to this requirement. However, in accordance with Regulation 58(19), where the number of candidates meeting the selection criteria and the minimum levels of ability is below that number, the Authority reserve the right to continue the procedure by inviting the candidates with the required capabilities. In the context of the same procedure, the Authority shall not include economic operators that did not request to participate, or candidates that do not have the required capabilities.
The Authority reserve the right to exclude any company that scores a ‘no answer’ or ‘poor’ answer on any question on the DPQQ.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 2 x option years to be exercised over 2 x 1 increments if required:
Provisional Timetable for recourse to these options: 24 months.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: This opportunity is available on www.contracts.mod.uk go to the Response Manager and add the following Access Code: Q23H3294A3. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 24.8.2017 17:00. Allow plenty of time when responding prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Repair of Containerised Refrigeration Equipment

Lot No:3
II.2.2) Additional CPV code(s)
33970000

II.2.3) Place of performance
Nuts code: UKG21
Main site or place of performance:
Telford and Wrekin.

II.2.4) Description of the procurement:
The refrigeration units are converted 20 ft ISO containers.
An internally fitted, electrically powered, ac unit adjusts and maintains the temperature according to the control settings selected. The internal temperature is displayed on an external panel and a HI/LO temperature alarm system activates audio and visual alarm units if the internal temperature varies from operator adjusted limits. The units are also equipped with level indicators, an escape hatch, internal lighting, a trapped person alarm, earthing spike, circuit protection devices and a fire extinguisher.
1. Repair and refurbishment to full current build standard.
The scope of the repairs to be carried out shall be determined from the survey against OEM specification.
2. Statutory Annual Inspections and periodic checks to enable continued use of equipment.
3. Pre and Post Deployment Checks via ‘man-in-van’ service.
No business whatsoever is guaranteed under any resulting framework or contract, indeed, there is no guaranteed 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
Criteria below
Quality criterion -Name: Technical 1/Weighting:10Quality criterion -Name: Technical 2/Weighting:10Quality criterion -Name: Technical 3/Weighting:15Quality criterion -Name: Technical 4/Weighting:15
Cost criterion -Name: Price/Weighting:50
II.2.6) Estimated value:
Value excluding VAT: 1561942.80 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 against the selection criteria set out at Sections III.1.1), III.1.2) and III.1.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) fulfil any minimum standards under Sections III.1.2) and III.1.3) of this Contract Notice; and
(2) best meet in terms of capacity and capability the selection criteria set out Sections III.1.2) and III.1.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.
In accordance with MoD policy the minimum number of candidates to be selected under the Restricted Procedure applicable to this requirement. However, in accordance with Regulation 58(19), where the number of candidates meeting the selection criteria and the minimum levels of ability is below that number, the Authority reserve the right to continue the procedure by inviting the candidates with the required capabilities. In the context of the same procedure, the Authority shall not include economic operators that did not request to participate, or candidates that do not have the required capabilities.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 2 x option years to be exercised over 2 x 1 year increments, if required.
Provisional timetable for recourse to these options: 24 months.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: This opportunity is available on www.contracts.mod.uk go to the Response Manager and add the following Access Code: Q23H3294A3. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 24.8.2017 17:00. Allow plenty of time when responding prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Repair of Pump Pressurisation Units

Lot No:4
II.2.2) Additional CPV code(s)
42122130

II.2.3) Place of performance
Nuts code: UKG21
Main site or place of performance:
Telford and Wrekin.

II.2.4) Description of the procurement:
The role of the Pump Pressurisation Units (PPU) is to provide clean pressurised water circulation around the kitchen, laundry and ablution facilities of military camps. The PPU consists of a converted ISO container housing 2 electrically driven pumps, an accumulator vessel, inlet and outlet pipe work and associated valves and electrical control systems. The PPU is intended to be in constant use and is fitted with float valves to prevent the pumps running dry in the event that the water supply should be inadvertently cut off.
Repair and refurbishment to full current build standard.
The scope of the repairs to be carried out shall be determined from the survey against OEM specification.
2. Statutory Annual Inspections and periodic checks to enable continued use of equipment.
3. Pre and Post Deployment Checks via ‘man-in-van’ service.
No business whatsoever is guaranteed under any resulting framework or contract, indeed, there is no guaranteed 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
Criteria below
Quality criterion -Name: Technical 1/Weighting:10Quality criterion -Name: Technical 2/Weighting:10Quality criterion -Name: Technical 3/Weighting:15Quality criterion -Name: Technical 4/Weighting:15Quality criterion -Name: Price/Weighting:50
Cost criterion -Name: Price/Weighting:50
II.2.6) Estimated value:
Value excluding VAT: 402673.70 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 against the selection criteria set out at Sections III.1.1), III.1.2) and III.1.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) fulfil any minimum standards under Sections III.1.2) and III.1.3) of this Contract Notice; and
(2) best meet in terms of capacity and capability the selection criteria set out Sections III.1.2) and III.1.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.
In accordance with MoD policy the minimum number of candidates to be selected under the Restricted Procedure applicable to this requirement. However, in accordance with Regulation 58(19), where the number of candidates meeting the selection criteria and the minimum levels of ability is below that number, the Authority reserve the right to continue the procedure by inviting the candidates with the required capabilities. In the context of the same procedure, the Authority shall not include economic operators that did not request to participate, or candidates that do not have the required capabilities.
The Authority reserve the right to exclude any company that scores a ‘no answer’ or ‘poor’ answer on any question in the DPQQ.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 2 x Option Years to be exercised in 2 x 1 year increments, if required.
Provisional timetable for recourse to these options: 24 months.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: This opportunity is available on www.contracts.mod.uk go to the Response Manager and add the following Access Code: Q23H3294A3. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 24.8.2017 17:00. Allow plenty of time when responding prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Supply of containerised equipment spares

Lot No:5
II.2.2) Additional CPV code(s)
44614300

II.2.3) Place of performance
Nuts code: UKG21
Main site or place of performance:
Telford and Wrekin.

II.2.4) Description of the procurement:
Supply of Containerised Equipment Spares of varying NSNs (some 8 in total) anticipated usage to reduce over term of any resultant contract.
No business whatsoever is guaranteed under any resulting framework or contract, indeed, there is no guaranteed 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

Cost criterion -Name: Price/Weighting:50Cost criterion -Name: Lead Time/Weighting:50
II.2.6) Estimated value:
Value excluding VAT: 41731.80 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 against the selection criteria set out at Sections III.1.1), III.1.2) and III.1.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate under Section III.1.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.1.2) and III.1.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out Sections III.1.2) and III.1.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.
In accordance with MoD policy the minimum number of candidates to be selected under the Restricted Procedure applicable to this requirement. However, in accordance with Regulation 58(19), where the number of candidates meeting the selection criteria and the minimum levels of ability is below that number, the Authority reserve the right to continue the procedure by inviting the candidates with the required capabilities. In the context of the same procedure, the Authority shall not include economic operators that did not request to participate, or candidates that do not have the required capabilities.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 2 x option years to be exercised over 2 x 1 year increments.
Provisional timetable for recourse to these options: 24 months.
The Authority reserve the right to exclude any company that scores a ‘no answer’ or ‘poor’ answer on any question.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: This opportunity is available on www.contracts.mod.uk go to the Response Manager and add the following Access Code: Q23H3294A3. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 24.8.2017 17:00. Allow plenty of time when responding prior to the closing date and time, especially if you have been asked to upload documents.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:The requirements as stated in the DPQQ shall prevail.
III.1.2) Economic and financial standing
List and brief description of selection criteria: The economic operators will be required to evidence that they have the economic and financial capacity necessary to perform any resultant contract. This information is required in response to this Contract Notice.
If the supplier’s turnover is lower than 40 % of the estimated annual lotted value that they are bidding upon, 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, e.g. such evidence may include:
1) any additional information proving the supplier 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 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. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.
Minimum level(s) of standards possibly required: The minimum level required is 2 years audited accounts (where available) or equivalent information to identify significant financial trends.
The Authority reserve the right to exclude any company which scores an unacceptable or poor answer against any question within the DPQQ.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: The requirements as stated in the DPQQ shall prevail.

Minimum level(s) of standards possibly required:The requirements as stated in the DPQQ shall prevail.

III.2.2) Contract performance conditions: Detailed within the Procurement Documentation.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted 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 operator
In the case of framework agreements,provide justification for any duration exceeding 4 years:
N/A.IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2017/S 103-205558
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-09-10 Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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 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 GO Reference: GO-2017831-DCB-10934674.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, DSG, Defence Support Group (DSG)
Town: Telford
Postal code: TF2 8Jt
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-08-31