Tender

Defence Marine Services – Support to In-Port Marine Services and Delivery of a Vessel Replacement Programme

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2022/S 000-015758

Procurement identifier (OCID): ocds-h6vhtk-034433

Published 8 June 2022, 12:27pm



The closing date and time has been changed to:

22 July 2022 - no time specified

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

24 Store, Room 221 HM Naval Base Portsmouth

Portsmouth

Contact

Hazel Ward

Email

navyacq-dmsng-inportservices@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

2022/703247450

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.contracts.mod.uk

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 – Support to In-Port Marine Services and Delivery of a Vessel Replacement Programme

Reference number

703247450

two.1.2) Main CPV code

  • 98360000 - Marine services

two.1.3) Type of contract

Services

two.1.4) Short description

The contract encompasses two critical elements: the support to In-Port Marine Services; and delivery of a vessel replacement programme.

The duration of the contract will be 120 months.

The services will be provided principally across UK HM Naval Bases at the Clyde, Devonport, Portsmouth, but also Glen Mallan, Loch Ewe, Loch Striven, and Campbeltown, and other areas in UK waters.

Operation and maintenance of 82 UK Ministry of Defence (MoD) owned vessels used for the provision of the services, under a Government Owned Contractor Operated (GOCO) agreement, ensuring availability of services on a 24/7/365 basis.

The specification for the services will include the following:

• Towage services to entitled vessels.

• HM Dockyard movements covered by duty & standby service.

• Passenger transportation

• Stores & liquid transportation.

• Transport & store munitions.

• Waste services alongside, at anchor / mooring buoy.

• Tiers 1 & 2 Dockyard pollution response.

• Support military training, exercises, trials and operations (SMTE)

• Support to Emergencies.

• Additional maritime support

Delivery of a vessel replacement programme to the Royal Navy, for the procurement and introduction into service of, 36 Commercial off the Shelf (COTS) vessels (32 replacements and 4 new requirement vessels) on behalf of the UK MoD. Built and maintained to UK Flag and Class classification standards and introduced into service in accordance with an agreed Integrated Test Evaluation and Acceptance Plan. Responsibility for the identification of shipyard(s) that best meet the requirement in respect of design, delivery time and Value for Money (VfM).

Disposal of redundant vessels will be the responsibility of the Defence Equipment Sales Authority (DESA).

In addition to the vessels, the MoD will supply GFA for the provision of the Contract, including:

• spares and specialist equipment,

• oil pollution and control equipment,

• MoD owned intellectual property,

• occupation and use of Authority facilities/property (admin / workshops will be subject to separate leasing arrangements with the Defence Infrastructure Organisation (DIO),

• fuel for the vessels.

Staff 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.

All queries regarding this advert must be submitted to the Email address listed above by no later than 12:00 29/06/2022.

The DPQQ will be evaluated using the Defence Sourcing Portal (DSP).

The Marine Services Procurement will be run under the Defence and Security Public Contracts Regulations (2011) (DSPCR) using the Competitive Negotiated Procedure.

Potential suppliers should register for access to the data room. Requests for access should be submitted to the Contact email: navyacq-dmsng-inportservices@mod.gov.uk

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: £594,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34513200 - Tug boats
  • 50241100 - Vessel repair services
  • 63522000 - Ship brokerage services
  • 63721400 - Ship refuelling services
  • 63726600 - Ship-operating services
  • 63727100 - Towing 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)
  • UKM - Scotland
Main site or place of performance

HM Naval Bases – Clyde, Devonport and Portsmouth

two.2.4) Description of the procurement

The following are Key Principles, which the Authority believes that the Contractor and its supply chain will need to be able to effectively fulfil the In Port Marine Services solution:

1. Ability to deliver and manage a Service delivery contract to the scale and complexity of In-Port Marine Services.

2. Procure and accept into service, including the management of redundant vessels in readiness for DESA disposal, multiple vessel types and/or other assets to time, quality and cost, within a services delivery context.

3. The Supplier will hold the following certification (or will provide evidence that it will hold the standards required by service commencement date):

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.

4. Ability to engage and co-ordinate with the Authority Stakeholders and manage the contract with appropriate governance, giving full considerations to Security classifications and personnel security requirements, and providing management information in accordance with contract.

5. Operation and maintenance of UK Ministry of Defence owned vessels and other assets to the required standards, and production of supporting records and registers.

The Invitation to Negotiate (ITN) will include Social Value questions.

The Authority anticipate that the service commencement date will be in 2025.

The Authority will require evidence that build slots for the Vessel Replacement Programme have been arranged.

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: £594,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

List and brief description of selection criteria

Deposits and guarantees required:

Parent Company guarantee or a Bank Bond may be required prior to Contract Award. Further details will be provided in the Invitation to Negotiate documentation.

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Potential Providers must note the mandatory requirement for electronic trading using the Contracting, Purchasing & Finance (CP&F) electronic trading tool. All payments for deliverables under the contract shall only be made via CP&F. Details can be found at:

https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system/contracting-purchasing-and-finance-cpf-tool.

Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

The Authority will consider all forms/structures of groups of economic operators provided that sufficient comfort and assurance is provided in relation to financial risks.

Information on Subcontracting:

At ITN stage, tenderers will need to indicate in their 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 subcontractors for which they are proposed (if applicable).

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 Authority reserves the right to amend any terms or condition related to security of information, protective markings, classifications and handling instructions, howsoever issued, to reflect any changes in national law or government policy. The Gov.uk website provides information on the Government Security Classification.

Minimum level(s) of standards possibly required

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:

An assessment of an Applicant's financial standing forms part of the DPQQ evaluation process. The Authority will assess the financial health of all Applicant Entities. These are derived from the application of standard accounting measures to financial information that is provided by each Applicant or obtained from publicly available records.

Information necessary for evaluating if the requirements are met will include the below. Full details

contained within the DPQQ Documents.

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: Contained within the DPQQ Documents: “Economic and Financial Standing” section.

Minimum level(s) of standards possibly required: The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established. Accounts are requested as part of the DPQQ.


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