Tender

MSS/104 - Mechanical Handling and Lifting - Material Supply and Repair

MINISTRY OF DEFENCE, SHIPS, MARITIME EQUIPMENT SYSTEMS (MES) TEAM

This public procurement record has 1 release in its history.

Tender

05 Feb 2021 at 12:32

Summary of the contracting process

The Ministry of Defence, Ships, Maritime Equipment Systems (MES) Team is currently seeking tenders for the "MSS/104 - Mechanical Handling and Lifting - Material Supply and Repair" project, which falls under the marine equipment industry category. This procurement process, which is at the active tender stage, has a total contract value of £98 million, with a minimum value of £60 million. The deadline for submitting responses is set for 23 March 2021, and the successful supplier will be required to deliver goods primarily to Bristol, United Kingdom. This selective procurement process is negotiated and aims to award one contract for the supply of new manufactured material and repair services for marine equipment.

This tender offers significant opportunities for small and medium enterprises (SMEs) and businesses specialising in marine equipment, supply chain management, and repair services to expand their operations within the defence sector. Providers capable of adhering to stringent security and classification requirements may find an advantageous position in competing for this contract. Additionally, the successful tenderer may have the chance to support future Royal Navy ships and submarines, enhancing their portfolio and strengthening their relationships within the defence industry.

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

MSS/104 - Mechanical Handling and Lifting - Material Supply and Repair

Notice Description

Marine equipment. Marine equipment. MSS/104 will provide material supply and repair services including: Supply of New Manufactured Material and Repair of Permanent Class Equipment. Quantity or scope: 1 (one) contract will be awarded to cover the scope of this requirement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029092
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002347-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Negotiated
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34930000 - Marine equipment

Notice Value(s)

Tender Value
£98,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Feb 20215 years ago
Submission Deadline
23 Mar 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, SHIPS, MARITIME EQUIPMENT SYSTEMS (MES) TEAM
Contact Name
Thomas Morgan
Contact Email
thomas.morgan120@mod.gov.uk
Contact Phone
+44 7450084185

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
TLK11 Bristol, City of

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-029092-2021-02-05T12:32:03Z",
    "date": "2021-02-05T12:32:03Z",
    "ocid": "ocds-h6vhtk-029092",
    "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 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: CQCG59G3U8. 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@dcocontracts.mod.uk or Telephone 0800 282 324. GO Reference: GO-202125-DCB-17751664",
    "initiationType": "tender",
    "tender": {
        "id": "MSS/104",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "MSS/104 - Mechanical Handling and Lifting - Material Supply and Repair",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34930000",
            "description": "Marine equipment"
        },
        "mainProcurementCategory": "goods",
        "additionalClassifications": [
            {
                "scheme": "TED_TYPE_SUPPLIES_CONTRACT",
                "id": "PURCHASE",
                "description": "Purchase"
            }
        ],
        "description": "Marine equipment. Marine equipment. MSS/104 will provide material supply and repair services including: Supply of New Manufactured Material and Repair of Permanent Class Equipment. Quantity or scope: 1 (one) contract will be awarded to cover the scope of this requirement.",
        "value": {
            "currency": "GBP",
            "amount": 98000000
        },
        "minValue": {
            "amount": 60000000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "The supplier may be asked to provide support for future Royal Navy Ships and Submarines not included within the core scope of work. Further information will be contained within the Invitation to Negotiation (ITN)."
        },
        "hasRenewal": false,
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKK11"
                    }
                ],
                "deliveryLocation": {
                    "description": "Bristol, City of"
                }
            }
        ],
        "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. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "A Bank Guarantee may be required.",
            "languages": [
                "en"
            ]
        },
        "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": "(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. This information will be sought through the attached Dynamic Pre-Qualification Questionnaire (DPQQ) and Contract Notice Supporting Information document.",
                    "minimum": "Please see DPQQ and Contract Notice Supporting Information Document.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This information will be sought through the attached Dynamic Pre-Qualification Questionnaire (DPQQ) and Contract Notice Supporting Information document.",
                    "minimum": "Please see DPQQ and Contract Notice Supporting Information Document.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "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 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.",
            "financialTerms": "Payment will follow Delivery and Acceptance of the Goods or Services via the Authority's Contracting, Purchasing & Finance (CP&F) tool.",
            "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 legal entity before entering into the Contract."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated",
        "secondStage": {
            "minimumCandidates": 3,
            "maximumCandidates": 8
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "period": {
                    "durationInDays": 2555
                },
                "minimumValue": {
                    "amount": 60000000,
                    "currency": "GBP"
                },
                "value": {
                    "amount": 98000000,
                    "currency": "GBP"
                }
            }
        },
        "tenderPeriod": {
            "endDate": "2021-03-23T12:00:00Z"
        },
        "hasRecurrence": false,
        "milestones": [
            {
                "id": "1",
                "type": "securityClearanceDeadline",
                "dueDate": "2022-09-13"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-4543",
            "name": "Ministry of Defence, Ships, Maritime Equipment Systems (MES) Team",
            "identifier": {
                "legalName": "Ministry of Defence, Ships, Maritime Equipment Systems (MES) Team"
            },
            "address": {
                "streetAddress": "Abbey Wood, Stoke Gifford",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thomas Morgan",
                "telephone": "+44 7450084185",
                "email": "thomas.morgan120@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-4544",
            "name": "Marine Systems Support (MSS)",
            "identifier": {
                "legalName": "Marine Systems Support (MSS)"
            },
            "address": {
                "streetAddress": "Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7450084185",
                "email": "thomas.morgan120@mod.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-4545",
            "name": "Marine System Support (MSS)",
            "identifier": {
                "legalName": "Marine System Support (MSS)"
            },
            "address": {
                "streetAddress": "Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7450084185",
                "email": "thomas.morgan120@mod.gov.uk"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4543",
        "name": "Ministry of Defence, Ships, Maritime Equipment Systems (MES) Team"
    },
    "language": "en"
}