Cranes | Tenderlake

Cranes

Contract Value:
GBP 2M - 18M
Notice Type:
Contract Notice
Published Date:
20 March 2013
Closing Date:
29 April 2013
Location(s):
UK UNITED KINGDOM
Description:

Cranes. Defence Equipment and Support (DE&S), Maritime Equipment Systems (MES) has a requirement for the future supply of equipment spares, equipment repair, and provision of technical services, for a wide and disparate range of maritime davit, lift, crane and winch equipment used onboard UK Royal Navy and Royal Fleet Auxiliary Shipping. This requirement will cover complex equipment. It will require the successful candidate to demonstrate sufficient capability, proficiency and experience in the applicable fields of equipment spares supply, equipment repairs (including overhaul and refurbishment), setting to work, testing and if applicable commissioning of all systems associated with this maritime equipment. This could at times include the requirements associated with the management of Low Magnetic Equipment (Defence Standard 02-617 & Defence Standard 02-612) and Lifting Operations and Lifting Equipment Regulations (LOLER) required by the Royal Navy Flotilla and the requirements for lifting operations involving munitions (JSP 467).

The applicable equipment will include, but is not necessarily limited to:

Boat Davits, Aircraft lifts, Weapon lifts, Stores & Personnel Lifts (Elevators), Deck Cranes, Monorail Cranes, Overhead Travelling Cranes, Folding Cranes, Winches, Capstans, compliance with ammunition lifting regulations (where required and across all of the DLCW range of equipment) and Low magnetic equipment requirements (Including Davit equipment & folding Cranes).

Contract requirements may include but not be limited to the following services and supply:

Project management services, post design services, provision of equipment spares and consumables, repair of equipment and components, overhaul of equipment and components, refurbishment of equipment and components, rationalisation of spares lists, supply of technical services, drawing services, obsolescence management (applicable to supplied services only),configuration management (applicable to supplied services only), risk and opportunity management (applicable to supplied services only), safety and safety case process (applicable to supplied services only), training (applicable to supplied services only).

-The contract will contain lists of items that shall require pricing prior to contract award.

-The contract will contain lists of items that shall require pricing during the competitive tender process.

-The contract will contain lists of items that will only require pricing during the duration of the contract under direct request from the authority.

Suppliers wishing to express an interest in this requirement will be required to:

-Submit a copy of their accredited 3rd Party (or Government Issued) Quality Management System (QMS) certification (ISO 9001) which is accredited in an appropriate field to meet this requirement.

-In the event that no (ISO 9001) certification is held, the company must be able to clearly demonstrate that they operate and maintain a QMS acceptable to the authority for this requirement.

-In the event that 3rd Party (or Government Issued) Quality Management System (QMS) certification (ISO 9001) is under application, evidence shall be supplied to the authority to support this claim.

-Companies shall confirm that they are willing or able to trade electronically using the Purchase to Payment (P2P) business process.

-Companies who submit an expression of interest will be required to complete and submit a Pre-Qualification Questionnaires (PQQ) and provide credible evidence on capabilities.

-Pre-Qualification Questionnaires (PQQ) will be assessed to confirm suitability for inclusion in a further competitive tender process.

-A competitive Invitation To Tender (ITT) shall be issued to companies who have successfully proven suitability in the PQQ process.

The Invitation To Tender shall contain:

-Commercial tender documentation (SoR).

-Applicable Defence contract conditions (DEFCONs).

-Defence publications and standards.

-A Statement of Technical Requirements (SoTR).

-Equipment inventory lists delivered in equipment LOTs for the duration of the contract delivered in a tabular format for pricing.

-Technical services framework for the duration of the contract delivered in a tabular format for pricing.

-Equipment inventory lists delivered in equipment LOTs in a tabular format under Annex X, these items will not be priced in the tender return and are only to be priced on direct request from the authority.

A Tender return shall be made against:

-Commercial requirements.

-Technical requirements.

-All Master Equipment LOTs.

-Multiple master equipment LOTs

-Singular master equipment LOTs.

-Technical services price framework.

Tender returns will be scored and graded by a tender assessment panel against a known scoring matrix for this requirement. The authority's decision in this matter will be final.

Download full details as .pdf
The Buyer:
Maritime Equipment Systems (MES) Team, DE&S
CPV Code(s):
34510000 - Ships
42141410 - Winches
42412200 - Capstans
42414100 - Cranes
42416100 - Lifts