web-banner-marketing2

Market Leads & Opportunities

UK-Bristol: Ships and boats.

Type of document: Contract Notice
Country: United Kingdom

UK-Bristol: Ships and boats.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
Abbey Wood, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067932173, Email: DESShipsComrcl-CSS-3b1@mod.uk
Main Address: www.contracts.mod.uk
NUTS Code: UKK11

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: Provision and In-Service Support of Hard Hulled Boats
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:
Ships and boats. The Authority requires a circa 6-8 person fast, lightweight, robust, highly manoeuvrable and stable hard hulled patrol boat (including engines and associated ancillaries) capable of operating on inland and inshore coastal waters. The boats shall be light enough to be man portable by 6 persons (with engines removed). An inflatable craft is not deemed appropriate to meet the requirement.

The primary use of the boat will be Riverine, but it must be able to transit from sea to the coast line, before transiting up river estuaries and carrying out operations in river environments, including shallow river areas.

The boats will be capable of being transported and delivered by fixed wing and rotary wing aircraft, naval ships and by land transport.

Operations will include troop insertion/extraction, raiding, patrolling, reconnaissance and stores delivery. The boats will replace the current Hard Hulled Riverine Craft (HHRC).

This requirement includes In Service Support of the new boats as they come into service, and up to two (2) years following acceptance of the last boat.

II.1.6)Common Procurement Vocabulary:
34500000 – Ships and boats.

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.
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract.
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):
Quantity
Up to 37 boats (including engines and associated ancillaries)

Scope (may include, but not limited to)
This requirement is for the production and in-service support of up to thirty seven (37) boats (including engines and associated ancillaries).

These may be bespoke or a modified COTS (Commercial Off The Shelf) / MOTS (Military Off The Shelf) solution.

The Contract is anticipated to be circa five (5) years, with the boats being procured over a circa three (3) year period and to be supported for up to two (2) years following acceptance of the last craft.

There is a requirement for associated ancillaries, which may include, but are not limited to:

Electric auxiliary motor
Trailer
Cradle/Dolly
Boat cover
Engine covers
Power washer
Portable generator

In-Service Support will be required, including but not limited to routine maintenance and repairs, spares provisioning and modifications via Post Design Services (PDS) taskings.

II.2.2)Options: No
II.2.3)Renewals: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 72 (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:
An indemnity, guarantee or bank bond may be required to support the contract The Authority reserves the right to ask for an indemnity, (parent company) guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract.

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 reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.
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:
A Statement of Good Standing will be required as part of the Pre-Qualification Questionnaire response.
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;
(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 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:
Two years audited accounts will be required as part of any PQQ response.
Minimum level(s) of standards possibly required: (if applicable)
The Potential Provider’s financial ability to meet this requirement will be assessed on a risk basis and the financial information provided by the Potential Provider in response to Part 1 Form D will be evaluated by the Authority. Factors that will be taken into consideration when evaluating financial information include:
a. Turnover
b. Profitability
c. Liquidity and Working Capital
d. Debt
e. Cash Flow
The Authority will also examine the financial health of the immediate and ultimate parent of the Potential Provider where it is part of a group.
When assessing the financial health of an organisation the Authority will also take into consideration any Auditor’s opinion, for example Qualifications or Emphasis of Matter Statements.
The Authority’s opinion may be validated using credit agencies such as Company Watch.
If examination of the financial information exposes the potential for a Potential Provider to experience financial difficulty in performing the contract, then the Authority will determine the level of risk that it is willing to bear in fulfilling the requirement. Evaluation of the financial information will attract a Pass or Fail risk marking as below:

PASS A low or medium financial risk assessment as evaluated by the Authority.
FAIL A high unacceptable level of financial risk as evaluated by the Authority.
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)

(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;
(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;
(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;
(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;
(k) any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs;
(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);

Minimum level(s) of standards possibly required: (if applicable)
Sought through PQQ
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: 3 and maximum number: 6
Objective Criteria for choosing the limited number of candidates:
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 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 the Response Manager and add the following Access Code: 738KN9NFG4. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 21/07/2017 12:00. Please ensure that you allow yourself plenty of time when responding to this invite 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.

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.2.1), III.2.2) and III.2.3) 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.2.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) 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.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
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: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: CSS/0103
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: 21/07/2017
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 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

The Cyber Risk Level for this requirement is ‘LOW’

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

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) 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:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 12/06/2017

ANNEX A