web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Bristol: Boats

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2017/S 046-085185/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Regulation of procurement: EU
Type of bid required: Not applicable

Contract award notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
MoD Abbey Wood (South), Ash 2a #3203
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067937486
Email: DESShipsComrcl-CSS-3b@mod.uk
Internet Address(es):
General address of the contracting authority:
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract
II.1) Description:
II.1.1) Title attributed to the contract:
Design, Build and In-Service Support of Workboats.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: Bristol, City of.
Nuts code: UKK11
II.1.3) Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Short description of the contract or purchase(s)
Boats. The Commercially Supported Shipping (CSS) Boats team has a requirement to replace existing workboats. This project is looking at replacing the Royal Navy’s current fleet, including but not limited to: dive training craft, dive launches, hydrographic survey craft and ships’ workboats fitted with common equipment across the fleet. This will also include In Service Support.
II.1.5) Common procurement vocabulary (CPV):
34520000
II.1.6) Information about Government Procurement Agreement (GPA):
II.2) Total final value of contract(s)
II.2.1) Total final value of contract(s)
51 170 000 GBP
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure

IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated below:
1. Commercial Compliance. Weighting 20
2. Financial Compliance. Weighting 50
3. Technical Compliance. Weighting 30
IV.2.2) Information about electronic auction
An electronic auction has been used: NO
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority
CSS/0067
IV.3.2) Previous publication(s) concerning the same contract
Section V: Award of contract
Contract No: CSS/0067
Lot title:
V.1) Date of contract award decision:
14.2.2017
V.2) Information about offers
Number of offers received: 4
Number of offers received by electronic means: 0
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken
Atlas Elektronik UK Ltd
ATLAS House,Dorset Green Technology Park, Winfrith Newburgh
Dorchester
DT2 8ZB
United Kingdom
V.4) Information on value of contract
Total final value of the contract:
Value: GBP 51 170 000
If annual or monthly value:
Number of years: 7
V.5) Information about subcontracting
Section VI: Complementary information
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.2) 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, 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 2.4.2014 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
Electronic Trading –
Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at www.d2btrade.com. The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).
Request For Information / Market Survey Questionnaire –
Potential suppliers are to note that any information submitted under the Request For Information / Market Survey Questionnaire will not form part of the evaluation criteria for this requirement and will need to be resubmitted as part of the Pre Qualification Questionaire or Invitation To Negogiate if applicable.
III.1 Conditions Relating to the Contract — III.2.2 Economic and Financial Standing — “Minimum level(s) of standards possibly required”:
The estimated annual contract value during build and delivery phase is £10m (ex. VAT) for a throughput of circa up to eight (8) boats and support. If the estimated annual contract value is greater than 40 % of the supplier’s 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, e.g. 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 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 may be utilised as part of this process. ” GO Reference: GO-201733-DCB-9721130.
VI.3) Procedures for appeal:
VI.3.1) Body responsible for appeal procedures:
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
Bristol
United Kingdom
Body responsible for mediation procedures:
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
Bristol
United Kingdom
VI.3.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
Bristol
United Kingdom
VI.4) Date of dispatch of this notice:
03.03.2017