Expeditionary Domestic Accommodation (EDA).

Protective shelters. Draft Contract Notice (sub contractors). Expeditionary Domestic Accommodation (EDA). This Sub Contract Opportunity Notice is one of a pair of related Notices that should be read in conjunction with each other, and responded-to accordingly. The second Notice can be found in the Contract Notices section of Defence Contracts Online (DCO), the Defence Contracts Bulletin (DCB) and the EU Tenders Electronic Daily (TED). This Notice is intended only for companies or other economic entities who are interested in expressing interest in providing components, systems and services appropriate to EDA. All sub-contract opportunity responses will be made available to all candidate prime contractors. Companies, consortia or other economic entities who wish to lead the overall capability delivery for the complete Expeditionary Domestic Accommodation (EDA) capability as described below should respond to the related Contract Notice. UK MOD has a requirement for an EDA capability to support land forces operations by providing deployable camp infrastructure and facilities (“bedspaces”) for personnel on multiple simultaneous worldwide operations, potentially in different climatic zones. Indicative EDA modules include, but are not limited to, shelters (e.g. sleeping, medical, command and control, dining, welfare, recreational area, gymnasia, storage), catering, refrigerated storage, ablutions and laundry, security and protection, lighting, flooring, environmental control and the distribution and management of power, fuel, water, waste and communications Initial Operating Capability (IOC) is required in 2017 with Full Operating Capability (FOC) by 2020. It may be accepted that the complete FOC requirement cannot be delivered within these cost limits and that lower-readiness elements of the capability may be reliant on additional operational funding and just in time surge activity. This capability is foreseen to be met by a mix of existing in-service equipment, with some regeneration and/or improvement, and new-supply equipment. Bidders will be given the freedom to propose their optimum solution to deliver the required capability outputs against capital cost and operating cost targets. There will be challenging targets for reducing the consumption of water and electricity, and therefore fuel for power generation. Water consumption may be reduced by increased recycling of grey water. There may be requirements for EDA to have integrated provision for Level 1 and 2 ballistic protection, although this is likely to be on a Fitted For But Not With (FFBNW) basis with only a proportion of EDA being so equipped at any time. The Key User Requirements are set out in full in the main Contract Notice. Beyond the regeneration and upgrade of existing equipment and the supply of new equipment, and subject to Value For Money considerations, EDA may require the prime contractor to hold, manage, maintain and issue the equipment fleet on a Contracting For Availability (CFA) basis against a range of readiness targets for a period of 9-11 years against cost-bounded, incentivised availability targets. This may include maintaining availability on deployed operations, so the CFA service may therefore require the use of civilian staff as Contractors On Deployed Operations (CONDO) and as Sponsored Reservists (SRs) in accordance with the Total Support Force (TSF) concept intrinsic to Army 2020 force and capability generation. While tenders will be invited for both CONDO and SR provision, these will be non-mandatory and non-discriminatory Options. However, bidders who do not tender such Options must demonstrate how operational capability will be assured and incentivised by other means. It is therefore anticipated that EDA may include, but not necessarily be limited to, any or all of the following activities to deliver the required capability availability: — Supply of identified capability gap equipment solutions; — Regeneration, modification or upgrade of existing equipment where this is economically sensible; — Replacement of existing equipment where regeneration etc is not economically sensible; — Proof of Concept demonstration (i.e. prototyping) prior to production commitment; — Camp Pack Availability to Complete Equipment Schedule (CES) at defined Readiness levels (potentially including EDA allocations of items outside the EDA boundary); — Maintenance, Inspection, Repairs and Refurbishment as required to maintain availability; — Post Design Services to manage obsolescence and surge capacity availability; — Spares Provision and Management; — Operator and Maintainer Training; — Storage and Transport Services (non-operational); — Optional deployable support using CONDO and/or SR. Some of the equipment or service provision elements comprising EDA have, or may have, other wider defence applications beyond the EDA project boundary. It is therefore possible that the Authority may select new, upgraded, modified or refurbished equipment and/or service provision solutions for EDA that have wider defence applications. In such cases the best value for defence may be obtained by expanding the fielding or deployment of any such new, upgraded, modified or refurbished equipment and/or service provision solutions without further competition to supply. In order to accommodate this possibility, prime contract tenderers will be requested to provide non-mandatory and non-discriminatory Options for their supply chain to supply MOD with further quantities of all new, upgraded, modified or refurbished equipment solutions and to expand the availability of any service provision solutions. The Authority will assess the Competence, Capability and Capacity of candidate supply chains led by candidate prime contractors to undertake EDA delivery by means of a Pre Qualification Questionnaire (PQQ). As part of that assessment, candidate sub contractors will be expected and required by candidate prime contractors to supply appropriate information to support their submission of a holistic PQQ response for the candidate supply chain that they have assembled. That will include, but not be limited to, verified evidence that all principal (>GBP 1 000 000) contracts for relevant goods or services undertaken during the previous 3 years have been satisfactorily performed in accordance with their terms. Where that has not been the case, evidence is required that demonstrates to the Authority's satisfaction that the reasons for unsatisfactory performance have been identified and addressed and will not recur in the performance of this contract. Companies, consortia and other economic entities who wish to express interest in sub contract opportunities within the EDA capability are invited to express their interest by completing a response proforma that is available as a Supporting Document to the main EDA PQQ on Defence Contracts Online (DCO). All interested parties for both prime and sub contract opportunities should note that an EDA Candidate Bidders Conference will be held on 24.10.2014 at University of the West of England Conference Centre, Bristol. Prior registration is required for attendance, which is limited to 2 people per individual company. Registration requests should be addressed to Laura Akers, ADS Group Ltd Event Manager, +44 2070917812, laura.akers@adsgroup.org.uk Copies of unclassified versions of the current draft EDA System Requirement Document (SRD) and associated documents are available as Supporting Documents in the main EDA PQQ on DCO. Suppliers who are interested in participating in EDA at any level in the supply chain are strongly advised to familiarise themselves with the System Requirements (SRs) relevant to their products, services, capabilities and aspirations — especially those identified as Key non-tradeables (KSRs) — prior to expressing interest.
CPV-Code: 45216129
Abgabefrist: 14.01.2015
Typ: Subcontracts in the fields of defence and security
Status: Not applicable
Aufgabe: Not applicable
Vergabestelle:
name: Ministry of Defence, Land Equipment
address: MOD DE&S LE OSP, OSP Comercial New Deals 4, Spruce 3a #1309 MOD Abbey Wood
postal_code: BS34 5AR
city: Bristol - UK
country: UK
email: None
phone: +44 1179135302
contact_point: OSP Commercial New Deals 4
idate: 10. Juni 2020 21:53
udate: 10. Juni 2020 21:53
doc: 346479_2014.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:346479-2014:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Supply contract
Prozedur: Not applicable
Nuts: UKK11
Veröffentlichung: 11.10.2014
Erfüllungsort: Bristol - GB
Link:
Lose:
Name Los Nr 1 United Kingdom__Bristol__Unterstände
Gewinner None
Datum
Wert None
Anzahl Angebote None