Tender

Demolition of Existing Structures and Construction of Seismically Compliant Service Families Accommodation (SFA) in RAF Akrotiri, Cyprus

  • DIO Commercial

F17: Contract notice for contracts in the field of defence and security

Notice identifier: 2021/S 000-002829

Procurement identifier (OCID): ocds-h6vhtk-029274

Published 11 February 2021, 4:32pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

DIO Commercial

Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO), Kentigern House, Room 1202-1221, 65 Brown Street

Glasgow

G2 8EX

Contact

DIO Overseas Commercial Team

Email(s)

DIOComrcl-OCF@mod.gov.uk

Telephone

+44 1412248307

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

https://www.gov.uk

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

The above-mentioned contact point(s)

Tenders or requests to participate must be sent to

The above-mentioned contact point(s)

one.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

one.3) Main activity

Defence

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Demolition of Existing Structures and Construction of Seismically Compliant Service Families Accommodation (SFA) in RAF Akrotiri, Cyprus

two.1.2) Type of contract and location of works, place of delivery or of performance

Works

Execution

Main site or location of works, place of delivery or of performance

Glasgow City

NUTS code

  • UKM82 - Glasgow City

two.1.5) Short description of the contract or purchase(s)

Building construction work. Demolition of existing structures and Construction of new Seismically Compliant SFA at RAF Akrotiri, WSBA, Cyprus

two.1.6) Common procurement vocabulary (CPV)

  • 45210000 - Building construction work

two.1.7) Information about subcontracting

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

The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified

two.1.8) Lots

This contract is divided into lots: No

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

A number of SFA built on one site with an estimated value excluding VAT:

Estimated value excluding VAT:

Range: between 7,000,000 and 12,000,000 EUR

two.2.2) Information about options

Options: No

two.2.3) Information about renewals

This contract is subject to renewal: No


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

Parent Company Guarantees will be required if applicable.

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Parent Company Guarantees will be required if applicable.

three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

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. The information sought within the PQQ must be provided for each of the consortium's constituent members, gathered together in a single response.

three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

The potential Provider must be able to provide appropriate Security Clearance Suitably Qualified Experienced Personnel (SQEP) for key managerial, project, security management, and other roles requiring UK Government Security Clearances. Please provide evidence that you currently have Security Cleared SQEPs or can provide those willing to undergo the clearance process.

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met:

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:

Minimum level(s) of standards possibly required: Economic and Financial standing will be assessed at PQQ. Further information can be found in the PQQ and supporting guidance documentation.

Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Economic and Financial standing will be assessed at PQQ.

Minimum level(s) of standards possibly required: Economic and Financial standing will be assessed at PQQ.

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:

Minimum level(s) of standards possibly required: This information will be sought through the formal PQQ and an ITT.

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met: This information will be sought through the formal PQQ and an ITT.

Minimum level(s) of standards possibly required: This information will be sought through the formal PQQ and an ITT.


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged minimum number 3 and maximum number 6

Objective criteria for choosing the limited number of candidates: Envisaged minimum number 3 and maximum number 6 will be taken through to ITT.

The assessment criteria is set out within PQQ PAS 91 which respondents will be asked to complete subsequently in order to potentially down select to the maximum number of companies required to be invited to tender with the Authority.

The questions within the PQQ will be evaluated as either Pass/Fail, Yes/No or a Scored Evaluation:

(a) PASS/FAIL Evaluation. A number of PASS/FAIL questions each of which must be passed by the Potential Provider in order to progress (except where the Authority has discretion not to fail the Potential Provider). Where evidence has been requested to support a PASS/FAIL question this should be of an acceptable standard.

(b) YES/NO Evaluation. A number of YES/NO questions each of which requires information to be provided by the Potential Provider in order to progress. Where evidence has been requested to support a YES/NO question this should be of an acceptable standard.

(c) Scored Evaluation. An assessment through a Scoring methodology, by Subject Matter Experts (SMEs), of the responses and supporting evidence provided by a Potential Provider to each question with a range of criteria. The Authority may require Potential Providers to demonstrate a minimum capability in certain areas.

The evaluation criteria for each question is detailed within the supporting documents of the PQQ. Potential Providers are to note that where a PASS/FAIL question allows the Authority the discretion to PASS/FAIL, then the Authority will exercise its discretion in determining the exclusion or not of a Potential Provider.

Please Note that a some scored questions require the potential provider meet a minimum score. Failure to obtain a score in any question will result in the potential providers failure to meet the minimum requirements of the PQQ and therefore their submission will be deemed to have failed. For details of the minimum scores please see supporting document.

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

DIOCB1/246

four.3.2) Previous publication(s) concerning the same contract

no

four.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 26 February 2021 - 10:00am

Payable documents: no

four.3.4) Time limit for receipt of tenders or requests to participate

15 March 2021 - 10:00am

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: No

six.3) Additional information

A) 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.

B) The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low, Reference -RAR JKXW267Y. At ITT stage any down selected suppliers will be required to complete the cyber risk assessment and obtain the correct cyber security, where cyber essentials is required. This is the link to the ‘Cyber Supplier Assurance’ compliance questionnaire online tool: www.gov.uk/government/collections/defence-cyber-protection-partnership or https://suppliercyberprotection.service.xgov.uk

C) It is envisaged that an online industry day will be held for the down selected Potential Providers (PP'S) after the Pre-Qualification Questionnaire (PQQ) process.

D) The Buyer is supported by external service providers. These companies are regarded as integral data and tenderer information. The buyer reserves the right to engage from time to time with other external advisers as it considers necessary. The advisers currently appointed are: Ramboll (UK) Ltd.

E) Due to the current Covid-19 restrictions a site visit will not be applicable. The Authority will aim to complete a virtual site visit. More details will be provided to the down selected PP's. The Authority will be monitoring the Covid-19 restrictions and will keep the down selected PP's up to date with any changes.

F) Security checks will be completed for the down selected PP's only. Depending on the classifications of the tender documents if the PP's does not already hold clearance, then Baseline Personnel Security Standard (BPSS) would need to be obtained to receive tender documents. With Security Check Clearance required to undertake work on the contract. Further details will be provided to the down selected PP's. Copies of the BPSS application form are provided in the supporting documents to show PP's the information required.

G) All down selected PP's must be willing to sign the Official Secrets Act, a copy is attached to supporting information.

H) For the PPQ some questions require an uploaded document but may not require a response. Please use the support document no response for any PPQ response that requires no response.

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.dcocontracts.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: FY4EKT8B4U.

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-2021211-DCB-17776602

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

DIO Commercial Overseas Projects

MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street

Glasgow

G2 8EX

Email(s)

DIOCOMRCL-OCF@MOD.GOV.UK

Telephone

+44 1412248307

Country

United Kingdom

six.4.1) Body responsible for mediation procedures

DIO Commercial Overseas Projects

MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street

Glasgow

G2 8EX

Email(s)

DIOCOMRCL-OCF@MOD.GOV.UK

Country

United Kingdom

six.4.3) Service from which information about the lodging of appeals may be obtained

DIO Commercial Overseas Projects

MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street

Glasgow

G2 8EX

Email(s)

DIOCOMRCL-OCF@MOD.GOV.UK

Country

United Kingdom