Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
24 Store, Room 221 HM Naval Base Portsmouth
Portsmouth
P01 3LU
Contact
Tracey Barnes
navyacq-dmsng-outofportserv@mod.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
2022/703249454
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Defence Marine Services - Inshore Support Military Training, Testing and Evaluation
Reference number
703249454
two.1.2) Main CPV code
- 98360000 - Marine services
two.1.3) Type of contract
Services
two.1.4) Short description
The contract will provide Inshore Support to Military Training, Testing and Evaluation Services in support of Authority sponsored trials, clearance diving training for the Royal Navy, general air diving training for the Royal Engineers, and range safety. BUTEC and Raasay ranges as well as specified ‘off range’ locations, off of the North West coast of Scotland and maritime ranges around the UK coast.
The duration of the contract will be 60 months.
The contract encompasses 3 critical elements – the provision of Marine Services to:
• The British Underwater Test & Evaluation Centre (BUTEC)
Covers the safe delivery of maritime services to QinetiQ in support of activities at the British Underwater Test & Evaluation Centre (Raasay Ranges) located in the north west of Scotland with vessels based in Kyle of Lochalsh. Service delivery covers: Torpedo recovery, sonobuoy trials, target launch and recovery including underwater autonomous vehicles, range safety and range maintenance, passenger transfer service, stores and garbage transfer, towed array recovery and transfer to/from submarines, host platform for sound velocity profiles and novel trials.
• Military Diving
Covers the safe delivery of maritime services to entitled customers in north west Scotland. Service delivery is the provision and operation of 2 dedicated vessels to enable the Authority to deliver safe deep-water dive training to service personnel utilising mixture gases.
• Range Safety, Sea Training and Aircrew Training
Covers the safe delivery of maritime services to entitled customers who require a suitable platform to deliver individual & unit level training around the UK. Service delivery covers: support to helicopter crew winching training, coastal sea survival training, target towing for fast jet weapon training and helicopter marine sniper training, range clearance and range safety service, provision of small craft simulating fast attack craft, consorts and target vessels for boarding training.
The specification for the services will include the following:
• Undertake passenger transportation.
• Transport stores & liquids.
• Support military training, exercises, trials and operations including military diving training & Range Safety & Aircrew Training (RSACT).
• Support to Emergencies.
• Provide maritime support to the Raasay ranges.
• Provide additional maritime support through a single service contract
Full details of the service outputs can be found within the Statement of Requirement (SoR).
Where applicable, the Authority will supply Government Furnished Assets (GFA) and Government Furnished Information (GFI) for the provision of the Contract.
The occupation and use of Authority owned facilities/property may be available to support service provision subject to separate leasing or licensing arrangements with the Defence Infrastructure Organisation (DIO).
Existing staff engaged in current service delivery will be transferred in accordance with TUPE regulations, providing continuity of supply of crews. Full TUPE data will be provided during the course of the tendering process.
The Marine Services Procurement (Procurement) will be run under the Defence and Security Public Contracts Regulations (DSPCR 2011) using the Negotiated Procedure.
The DPQQ will be evaluated using the Defence Sourcing Portal (DSP).
Potential suppliers should register for access to the data room. Requests for access should be submitted to the Contact email: navyacq-dmsng-outofportservs@mod.gov.uk
All queries regarding this advert must be submitted to the Email address listed above by no later than 12:00 29/06/202.
There will be no limitation on the number of operators who will be invited to negotiate or participate.
Please be aware that the Authority may utilise consultants, contractors or other third parties (i.e. non-MOD staff) to support the procurement process. Any such individuals will have undertaken a Conflict of Interest process prior to commencing evaluations.
two.1.5) Estimated total value
Value excluding VAT: £85,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34512000 - Ships and similar vessels for the transport of persons or goods
- 34513200 - Tug boats
- 34513350 - Dive-support vessels
- 34521000 - Specialised boats
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
- 50241000 - Repair and maintenance services of ships
- 50241100 - Vessel repair services
- 60651000 - Hire of vessels with crew
- 60651100 - Hire of sea-going vessels with crew
- 60653000 - Hire of boats with crew
- 63522000 - Ship brokerage services
- 63726600 - Ship-operating services
- 63726620 - ROV services
- 63727000 - Towing and pushing services of ships
- 63727100 - Towing services
- 80510000 - Specialist training services
- 98362100 - Marine-base support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
Main site or place of performance
BUTEC and Raasay ranges as well as specified ‘off range’ locations, off of the North West coast of Scotland and maritime ranges around the UK coast
two.2.4) Description of the procurement
The following are key principles, which the Authority believe the Contractor and its supply chain will need to be able to fulfil, for the Inshore Support to Military Training, Testing and Evaluation Contract:
1. Ability to deliver a Service delivery contract to the scale and complexity of the Inshore Support to Military Training, Testing and Evaluation Contract.
2. Certification to the following standards (by service commencement date if not already held):
a. [UK] MCA, or equivalent, issued Document of Compliance;
b. ISO 45001 Occupational Health and Safety;
c. ISO 14001 Environmental Management;
d. ISO 9001 Quality Management;
e. ISO 1799 / BS 7799 Information Security Management.
3. Ability to engage with the Authority Stakeholders and manage the contract with appropriate governance, giving full consideration to Security classifications and personnel security requirements, and providing management information in accordance with the contract.
4. Operation and maintenance of Authority owned vessels and other assets to the required standards, and production of supporting records and registers.
5. Ability to explore and identify opportunities for improvements and innovations through delivery of the output based SoR.
The Invitation to Negotiate (ITN) will include Social Value questions.
The Authority anticipate that the service commencement date will be in 2025.
The Authority reserve the right to make necessary adjustments to the procurement documentation and procurement dates prior to the release of the ITN. Further details will be provided in the Invitation to Negotiate documentation.
Information about subcontracting
The tenderer is required 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 is required to indicate any change occurring at the level of subcontractors during the execution of the contract. Subcontractors will be subject to the security requirements as defined in Information about security clearance.
Information about security clearance
Due to the nature of the services performed and access to sensitive service delivery areas, the performance of the contract is subject to contractor personnel holding Security Check (SC) level security clearance and compliance with local security requirements specific to the location of the services.
Personnel without the appropriate clearance will not be granted unescorted access to the UK Naval Bases.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £85,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Services will be required beyond the end of this contract. The commercial structure they will take is to be decided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
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:
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers.
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
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:
The Authority will apply:
DSPCR 2011 Part 4 Selection of Economic Operators
Clause 23; Criteria for the rejection of economic operators
Clause 24; Information as to the economic and financial standing
Clause 25; Information as to technical and professional ability
A declaration of good standing will be sought in the Dynamic Pre-Qualification Questionnaire (DPQQ).
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
8 July 2022
Local time
12:00pm
Changed to:
Date
22 July 2022
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit https://contracts.mod.uk/web/login.html for full details and to register your interest in this procurement.
six.4) Procedures for review
six.4.1) Review body
DE&S Commercial
Portsmouth
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
DE&S Commercial
Portsmouth
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
DE&S Commercial
Portsmouth
Country
United Kingdom