Tender

Design & Build of Service Family Accommodation (SFA) Workstream C, Cyprus

  • Ministry of Defence

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

Notice identifier: 2022/S 000-015396

Procurement identifier (OCID): ocds-h6vhtk-0342ca

Published 1 June 2022, 3:53pm



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

Email(s)

DIOComrcl-overseasprojects@mod.gov.uk