Tender

The repair and maintenance of Warrior Fielding Electrical Layout Systems (FELs)

MINISTRY OF DEFENCE, LAND EQUIPMENT, OTHER

This public procurement record has 1 release in its history.

Tender

20 Jan 2021 at 09:32

Summary of the contracting process

The Ministry of Defence, Land Equipment, Other is seeking bids for the repair and maintenance of Warrior Fielding Electrical Layout Systems (FELs) in the UK, specifically within the Gloucestershire, Wiltshire, and Bristol/Bath area. This procurement, categorised under repair and maintenance services, is currently in the tender stage, with submissions due by 19 February 2021. Interested suppliers can derive details from the Dynamic Pre-Qualification Questionnaire (DPQQ) and must ensure compliance with various criteria, including economic and technical ability. This opportunity presents significant growth potential for small and medium enterprises (SMEs) in the defence sector, especially those specialising in military electronic systems and maintenance services. Firms with experience in military repair and maintenance, capability to manage security clearances, and a solid financial standing will be well-positioned to compete effectively. Involvement in this contract may facilitate long-term relationships with the Ministry of Defence, thereby enhancing business prospects in the defence supply chain.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The repair and maintenance of Warrior Fielding Electrical Layout Systems (FELs)

Notice Description

Repair and maintenance services. Military electronic systems. Repair and maintenance services of military electronic systems. The Warrior Frame Electrical Layout System (FELS) is a training aide and was introduced to allow classroom-based training of REME tradesmen on the Warrior platform. The Contractor will be required to repair, provide a full service and functional test on three Warrior Fielding Electrical Systems (FELS). Once the Contractor has re-installed the systems they will be required to provide a maintenance service for a period of two years. In issuing this Contract Notice and engaging with the market, the Authority is not committing to carrying out any procurement in relation to the requirements stated in this Notice. Quantity or scope: Not Provided

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-028bc0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001130-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

50 - Repair and maintenance services


CPV Codes

35700000 - Military electronic systems

50000000 - Repair and maintenance services

50660000 - Repair and maintenance services of military electronic systems

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jan 20215 years ago
Submission Deadline
19 Feb 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE, LAND EQUIPMENT, OTHER
Contact Name
Miriam Kelleher
Contact Email
deslevs-comrclteam@mod.gov.uk
Contact Phone
+44 3001604656

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLK1 Gloucestershire, Wiltshire and Bristol/Bath area

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-028bc0-2021-01-20T09:32:02Z",
    "date": "2021-01-20T09:32:02Z",
    "ocid": "ocds-h6vhtk-028bc0",
    "description": "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. https://www.gov.uk/government/publications/government-security-classifications 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 selected following the DPQQ Authority assessment will be invited to attend \"supplier days\", to provide potential providers an opportunity to assess the FELS in advance of producing a Tender. Please be aware that any expenditure incurred by a supplier for this visit will be borne by themselves and is a matter solely for their commercial judgement. Examples of such expenditure include, but are not limited to, travel, accommodation and subsistence. 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 http://www.dcocontracts.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 your Response Manager and add the following Access Code: YQ5SS7NEQ5. 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-2021119-DCB-17664186",
    "initiationType": "tender",
    "tender": {
        "id": "700014297",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "The repair and maintenance of Warrior Fielding Electrical Layout Systems (FELs)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50000000",
            "description": "Repair and maintenance services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35700000",
                "description": "Military electronic systems"
            },
            {
                "scheme": "CPV",
                "id": "50660000",
                "description": "Repair and maintenance services of military electronic systems"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "1",
                "description": "Maintenance and repair services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "Repair and maintenance services. Military electronic systems. Repair and maintenance services of military electronic systems. The Warrior Frame Electrical Layout System (FELS) is a training aide and was introduced to allow classroom-based training of REME tradesmen on the Warrior platform. The Contractor will be required to repair, provide a full service and functional test on three Warrior Fielding Electrical Systems (FELS). Once the Contractor has re-installed the systems they will be required to provide a maintenance service for a period of two years. In issuing this Contract Notice and engaging with the market, the Authority is not committing to carrying out any procurement in relation to the requirements stated in this Notice. Quantity or scope: Not Provided",
        "hasOptions": false,
        "hasRenewal": false,
        "contractPeriod": {
            "durationInDays": 900
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKK1"
                    }
                ],
                "deliveryLocation": {
                    "description": "Gloucestershire, Wiltshire and Bristol/Bath area"
                }
            }
        ],
        "subcontracting": {
            "description": "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."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "The Authority reserves the right to ask for an Indemnity, Guarantee or bank bond if the supplier does not meet the standard for economic and financial standing. A parent Company Guarantee may also be required dependent on the formation and financial standing of the contracting business.",
            "languages": [
                "en"
            ]
        },
        "communication": {
            "documentAvailabilityPeriod": {
                "endDate": "2021-02-18T16:00:00Z"
            }
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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 the Regulation 23(1) and 23(2) criteria are at http://www.dcocontracts.mod.uk/delta/project/reasonsForExclusion.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 of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "(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. The information regarding Economic and financial standing will be sought through the associated Dynamic Pre-Qualification Questionnaire (DPQQ) under the section \"4. Part 1: Form D - Economic and Financial Standing.\" An assessment (applying, but not limited to, a range of standard accounting ratios covering the areas of profitability, solvency and gearing) of the information supplied in response to the DPQQ will be undertaken by the Authority's Subject Matter Expert (SME). The assessment will include the Parent company where applicable. The aim of the assessment shall be that the candidate must have a level of financial/economic solvency and strength such that he achieves a 'risk assessment' of 'moderate' or better based on the following scale: Pass (None, Minimal, Moderate) & Fail (Substantial, Severe). A candidate's DPQQ will be deemed 'non-compliant' and therefore excluded from the remainder of the evaluation process if marked as a 'Fail' on this aspect.",
                    "minimum": "The Authority will conduct an assessment of the supplier's turnover. The estimated Contract value is PS1M. If the estimated 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, eg evidence may include: A) Any additional information proving it has sufficient economical and financial resource to deliver the requirement; and B) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The information regarding Technical and/or Professional ability will be sought through the associated Dynamic Pre-Qualification Questionnaire (DPQQ) under the section \"5. Part 1: Form E - .Technical and/or Professional ability.\" The technical and professional ability compliancy test will be carried out by Authority SMEs and will be based upon a 'risk assessment' of the information supplied in response to the DPQQ. The aim of the assessment shall be that the candidate must have a level of technical and professional ability such that he achieves the minimum assessment of 'moderate' or better based on the following scale: Pass (None, Minimal, Moderate) & Fail (Substantial, Severe). A candidate's DPQQ will be deemed 'non-compliant' and therefore excluded from the remainder of the evaluation process if marked as a 'Fail' on this aspect.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ],
            "description": "Dynamic Pre-Qualification Questionnaire (DPQQ), with the five highest scoring bidders advancing to the Tender Stage. Should there be a tie in the ranking, between 2 or more Candidates for the final position (5th), the Candidate with the highest score achieved on questions 2 and 3 combined within section.\"6. Part 2 Form F 'Project Questions'\" of the DPQQ will advance to Tender stage. Should these scores also be equal, then a further comparison will be made on question 4, then question 5 respectively from Section \"6. Part 2 Form F 'Project Questions'\" of the DPQQ, with the highest technical score advancing to Tender Stage."
        },
        "contractTerms": {
            "otherTerms": "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 tor reflect these changes; whether in respect of the applicable protective marking scheme, protective markings given, the aspects of which any protective marking applies or otherwise. Candidates may be required to have the necessary Personal Security Clearances (PSCs) and may need to have access to facilities with security clearance (Facility Security Clearance \"FSC's\") e.g. on the list X register in the UK. Candidates which do not yet hold security clearance may obtain such clearance until 14.6.2021. This requirement will be detailed further at ITT. The Cyber Risk Assessment for the procurement is \"Very Low\", as defined in DEFSTAN 05-138. All suppliers must be able to complete a Supplier Assurance Questionnaire, via the Supplier Cyber Protection Service, to demonstrate their level of compliance against the required Cyber Risk Level. The reference number is \"RAR-J6AA5TQ4\". Tenderers must as a minimum have Cyber Essentials Plus and conform to the very low DEFSTAN 05-138 controls. If the Tenderer cannot meet the level of security controls required by the Contract start date it does not mean an immediate fail. The Tenderer should submit a Cyber Implementation Plan (CIP) as part of their Tender submission detailing the steps they would take to meet the necessary controls, together with associated timescales, details of any equivalent standards they have, or reasons why they are unable to comply. For note, the requirement for compliance with the Cyber security controls is being extended to apply throughout the Defence supply chain. Where the prime contractor intends to sub-contract and ensure their supply chain has the appropriate controls, or an agreed implementation plan, in place prior to sub-contract award.",
            "financialTerms": "The Contract and Services provided will be made against an agreed Payment Plan. Payments will follow successful delivery and acceptance of services. The end to end process for the aforementioned conditions shall be handled within the CP&F system (The DE&S Procurement and Payment software). Financing and payment conditions shall be included in the ITT.",
            "tendererLegalForm": "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 wholly legal entity before entering into the Contract."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": false
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 2,
            "maximumCandidates": 5
        },
        "tenderPeriod": {
            "endDate": "2021-02-19T09:00:00Z"
        },
        "hasRecurrence": false,
        "milestones": [
            {
                "id": "1",
                "type": "securityClearanceDeadline",
                "dueDate": "2021-06-21"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-2526",
            "name": "Ministry of Defence, Land Equipment, Other",
            "identifier": {
                "legalName": "Ministry of Defence, Land Equipment, Other"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood, #3157 Cedar 1a",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Miriam Kelleher",
                "telephone": "+44 3001604656",
                "email": "DESLEVS-ComrclTeam@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2527",
            "name": "Ministry of Defence, Land Equipment, Other",
            "identifier": {
                "legalName": "Ministry of Defence, Land Equipment, Other"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood South, #3157 Cedar 1a",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3001604656",
                "email": "DESLEVS-ComrclTeam@mod.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-2526",
        "name": "Ministry of Defence, Land Equipment, Other"
    },
    "language": "en"
}