Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
Kentigern House, Room 1.2.02-1.2.21, 65 Brown Street
Glasgow
G2 8EX
Contact
DIO Comrcl-overseasprojects
For the attention of
DIO Commercial Overseas
Email(s)
DIOComrcl-overseasprojects@mod.gov.uk
Country
United Kingdom
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.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
Design & Build of Service Family Accommodation (SFA) Workstream C, 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
Site Addresses:
Dhekelia Garrison, BFPO 58
Episkopi Garrison, BFPO 53
RAF Akrotiri, BFPO 57
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
£500,000,000
two.1.5) Short description of the contract or purchase(s)
To provide seismically compliant Service Family Accommodation
two.1.6) Common procurement vocabulary (CPV)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.2) Quantity or scope of the contract
two.2.1) Total quantity or scope
To provide 860 seismically compliant Service Family Accommodation
Estimated value excluding VAT:
£500,000,000
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.1) Deposits and guarantees required
Please note the Authority reserves the right to consider the position of its Parent Company and request and Parent Company Guarantee at ITT Stage.
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
The Authority will review all financial information obtained from the submitted PQQ, to establish a view on that Potential Provider’s financial health on the basis of :
Turnover Ratio
Operating Margin
[Average Month End Net debt to EBITDA]
Failure to provide the required information will mean that the Potential Provider will not meet the Authority’s minimum prequalification standard and record a FAIL for this section.
Please note the Authority reserves the right to consider the position of its Parent Company and may decide to award a PASS on the condition that an Ultimate holder company guarantee is provided by the Potential Provider at ITT stage.
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
All personnel will be required to obtain BPSS clearance for access to RAF Akrotiri. BPSS clearance is obtained by submitting a completed Security Questionnaire, Criminal Records Check, copy of ID and 2 utility bills as proof of address. The system is familiar to all personnel that have previously worked on the SBA Cyprus. Please confirm you can comply with this 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: As outlined in the PQQ document and associated guidance.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As outlined in the PQQ document and associated guidance.
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: As outlined in the PQQ document and associated guidance.
Minimum level(s) of standards possibly required: As outlined in the PQQ document and associated guidance.
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: As outlined in the PQQ document and associated guidance.
Minimum level(s) of standards possibly required: As outlined in the PQQ document and associated guidance.
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: As outlined in the PQQ document and associated guidance.
Minimum level(s) of standards possibly required: As outlined in the PQQ document and associated guidance.
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: As outlined in the PQQ document and associated guidance.
Minimum level(s) of standards possibly required: As outlined in the PQQ document and associated guidance.
three.3) Conditions specific to services contracts
three.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: No
Section four: Procedure
four.1) Type of procedure
four.1.1) Type of procedure
Negotiated
four.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 3
four.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no
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
703221454
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: 25 July 2022 - 10:00am
Payable documents: no
four.3.4) Time limit for receipt of tenders or requests to participate
25 July 2022 - 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
As outlined in the PQQ document and associated guidance on the Defence Sourcing Portal.
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
Ministry of Defence
Kentigern House, Room 1.2.02-1.2.21, 65 Brown Street
Glasgow
G2 8EX