Opportunity

Overseas Prime Contract – South Atlantic Islands (Falkland and Ascension Islands) Total Facilities Management

  • Ministry of Defence

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

Notice reference: 2022/S 000-021178

Published 2 August 2022, 6:51pm



Section one: Contracting authority/entity

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

Ministry of Defence

65 Brown St, Glasgow, G2 8EX

Glasgow

For the attention of

Mark Sloan

Email(s)

DIOComrcl-OPC@mod.gov.uk

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

https://www.gov.uk/government/organisations/defence-infrastructure-organisation

Electronic submission of tenders and requests to participate

www.Contracts.mod.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

Overseas Prime Contract – South Atlantic Islands (Falkland and Ascension Islands) Total Facilities Management

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

Services

Service category No 1: Maintenance and repair services

NUTS code

  • UKM82 - Glasgow City

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

Total Facilities management services. Contract administration services. Specialist training services. Sewage services. Street-cleaning and sweeping services. Marine equipment. Construction work. Demolition, site preparation and clearance work. Building demolition and wrecking work and earth-moving work. Ground-drainage work. Site-development work. Dismantling works for military installations. Landscaping work. Landscaping work for roads. Landscaping work for airports. Works for complete or part construction and civil engineering work. Construction work for houses. Construction work for buildings relating to water transport. Construction work for buildings relating to law and order or emergency services and for military buildings. Construction work for military buildings and installations. Engineering works and construction works. Construction work for pipelines, communication and power lines, roads, airfields; flat-work. Construction work for pipelines, communication and power lines. Works related to water-distribution pipelines. Construction work for water projects. Marine installations. Waterways except canals. Electricity supply installations. Repair and maintenance services of generators. Storage and warehousing services. Vehicle refuelling services. Port and waterway operation services and associated services. costal marine facilities operation and associated services including surveying and dredging. Aircraft refuelling services. Electronic data exchange services. Water distribution and related services. Drinking-water distribution. Operation of water supplies. Electricity distribution and related services. LPG Services (bulk and bottled). Operation of a power plant. Meter reading service. Consultative engineering and construction services. Airport engineering services. Energy and related services. Building services. Building-inspection services. Technical services. Construction-related services. Technical inspection services. Machinery-inspection services. Calibration of testing and measuring equipment services. Technical building-inspection services. Project management consultancy services. Helpdesk and support services. Facilities management services involving computer operation. Administration services. Building and facilities management services. Hard Facilities Management (HFM) services to include Hard Facilities Management delivery within the MOD estates in South Atlantic Islands. Snow and Ice clearance services. Flues and Chimneys inspection, cleaning and maintenance services. Soft Facilities Management (SFM) services to include Facilities management services. Contract administration services. Specialist training services. Refuse and waste related services. Cleaning services. Accommodation, building and window cleaning services. Services furnished by business, professional and specialist organisations. Bakery products. Machinery or apparatus for leisure equipment. Landscaping work. Hotel services. Canteen services. Bar management services. Canteen and other restricted-clientele cafeteria services. Catering services for transport enterprises. Storage and warehousing services. Travel management services. Electronic data exchange services. Project management consultancy services. Help-desk and support services. Facilities management services involving computer operation. Administration services.

two.1.6) Common procurement vocabulary (CPV)

  • 79993100 - Facilities management services

Additional CPV code(s)

  • 15612500 - Bakery products
  • 34930000 - Marine equipment
  • 37480000 - Machinery or apparatus for leisure equipment
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111100 - Demolition work
  • 45111240 - Ground-drainage work
  • 45111291 - Site-development work
  • 45111310 - Dismantling works for military installations
  • 45112700 - Landscaping work
  • 45112730 - Landscaping work for roads and motorways
  • 45112740 - Landscaping work for airports
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45232150 - Works related to water-distribution pipelines
  • 45232410 - Sewerage work
  • 45232451 - Drainage and surface works
  • 45240000 - Construction work for water projects
  • 45244100 - Marine installations
  • 45247120 - Waterways except canals
  • 45315300 - Electricity supply installations
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50111000 - Fleet management, repair and maintenance services
  • 50433000 - Calibration services
  • 50532300 - Repair and maintenance services of generators
  • 55100000 - Hotel services
  • 55300000 - Restaurant and food-serving services
  • 55321000 - Meal-preparation services
  • 55322000 - Meal-cooking services
  • 55410000 - Bar management services
  • 55500000 - Canteen and catering services
  • 55511000 - Canteen and other restricted-clientele cafeteria services
  • 63000000 - Supporting and auxiliary transport services; travel agencies services
  • 63120000 - Storage and warehousing services
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63731000 - Airport operation services
  • 63733000 - Aircraft refuelling services
  • 64121100 - Mail delivery services
  • 64216110 - Electronic data exchange services
  • 65100000 - Water distribution and related services
  • 65111000 - Drinking-water distribution
  • 65130000 - Operation of water supplies
  • 65300000 - Electricity distribution and related services
  • 65410000 - Operation of a power plant
  • 65500000 - Meter reading service
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71310000 - Consultative engineering and construction services
  • 71311240 - Airport engineering services
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71315400 - Building-inspection services
  • 71356000 - Technical services
  • 71500000 - Construction-related services
  • 71631000 - Technical inspection services
  • 71631100 - Machinery-inspection services
  • 71631300 - Technical building-inspection services
  • 72224000 - Project management consultancy services
  • 72253000 - Helpdesk and support services
  • 72322000 - Data management services
  • 72514100 - Facilities management services involving computer operation
  • 75100000 - Administration services
  • 79710000 - Security services
  • 79993000 - Building and facilities management services
  • 79994000 - Contract administration services
  • 80510000 - Specialist training services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90400000 - Sewage services
  • 90420000 - Sewage treatment services
  • 90500000 - Refuse and waste related services
  • 90511200 - Household-refuse collection services
  • 90512000 - Refuse transport services
  • 90514000 - Refuse recycling services
  • 90524000 - Medical waste services
  • 90610000 - Street-cleaning and sweeping services
  • 90700000 - Environmental services
  • 90910000 - Cleaning services
  • 90911000 - Accommodation, building and window cleaning services
  • 90919200 - Office cleaning services
  • 90922000 - Pest-control services
  • 92700000 - Cybercafé services
  • 98110000 - Services furnished by business, professional and specialist organisations

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 contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts

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

The Authority is seeking expressions of interest, via the completion of the Pre-Qualification Questionnaire (PQQ), from Potential Providers (PPs) for a resilient, yet flexible and agile, infrastructure support service capability in the UK Defence's overseas estate of South Atlantic Islands. Infrastructure support in this context includes a mix of Hard Facilities Management (HFM), Soft Facility Management (SFM), Additional Services (AS), Management services, management and operation of support infrastructure and accommodation (housing). The contract may also include arrangement(s) to provide experience gaining opportunities for military personnel who may be embedded within the supplier's delivery team.

The services required are detailed in the short description at para II.1.5. These requirements are currently contractor delivered. In addition to the required services, there may be a requirement to provide in-country FM surge activity support to Military operations. There will be a costed option to include the management and operation of Fuels. It is likely that there will be staff transfers as part of this procurement in terms of contractor-to-contractor transfers. Additionally, there will be first time outsourcing of some services. Full details will be included within the ITN documentation. The evaluation criteria for determining the winning PP will be published in the ITN. The Authority will be considering innovation and continuous improvement, the Authority reserves the right to confirm or otherwise this position at ITN.

Contract Duration:

Minimum – 126 months (Comprised of 6 months mobilisation & 10 years core contract.)

Maximum - 186 months (Comprised of 6 months mobilisation, 10 years core contract, 5 years optional extension.)

Estimated value excluding VAT:

Range between: £292M - £1.3B

In addition to the 6 months mobilisation and 10 years core range of services valued at £292m - £504m, there is scope for contract extensions for up to a further 5 years with an envisaged value range between £175m - £292m. There is also scope for additional services valued at £203m - £318m over 10 years. The contract extensions for up to 5 years will have a value range of between £103m - £162m. There is also a priced option in the contract for Falkland Islands Fuels management with a value of £15m over 10 years, with a further £9m for a 5-year extension.

Economic Operators should note that the additional works and contract extensions are discretionary and may or may not form part of the contract opportunity

Currency: GBP

Estimated value excluding VAT:

Range: between £292,000,000 and £1,300,000,000

two.2.2) Information about options

Options: Yes

Description of these options: Extension of the contract duration by a maximum of up to 5 years in accordance with Contract Terms & Conditions.

PP's should note that the start and completion dates at 'II.1.3 Duration of the Contract or Time-limit for Completion' below are set to align with the current contract end dates which may be subject to change.

two.2.3) Information about renewals

This contract is subject to renewal: Yes

two.3) Duration of the contract or time limit for completion

Duration in months: 186 (from the award of the contract)


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 as outlined in the PQQ/Tender documentation.

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

Conditions relating to payment will be specified in the contractual documentation.

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

Those PPs who are successful at PQQ will be required to obtain Baseline Personnel Security Standard (BPSS) clearance for their ITN bid personnel prior to issue of the ITN. If BPSS is unattainable the PPs staff will not be able to work on this contract. PPs will require at least one member of staff with BPSS clearance to gain access to tender documentation. Further, any PP staff who wish to participate in the site visit programme will require BPSS clearance.

The Authority will sponsor BPSS clearance for up to five staff members of each company selected to proceed to the Invitation to Negotiate stage. Details of the BPSS process are provided at para 11 of the Overseas Prime Contract Information Booklet for SAI provided in the PQQ Supporting documents.

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 information (e.g. Security Aspect 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.

https://www.gov.uk/government/publications/government-security-classifications

three.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 2 September 2022

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: The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of these criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

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 pre-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: Please see pre-qualification questionnaire.

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: 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;

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

Two years audited accounts (if available) or equivalent information to identify any significant financial trends, must be provided at Pre-Qualification Questionnaire. Economic and Financial standing will be assessed by use of a Pre-Qualification Questionnaire.

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

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

Economic and Financial standing will be assessed by use of a Pre-Qualification Questionnaire.

Minimum level(s) of standards possibly required: Set out in the Pre-Qualification Questionnaire.

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: Please see pre-qualification questionnaire.

Minimum level(s) of standards possibly required: Set out in the Pre-Qualification Questionnaire.

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: (a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability;

(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;

(d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;

(e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property;

(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;

(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract;

(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;

(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority;

(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;

(n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification;

(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i);

This information will be sought through a formal pre-qualification questionnaire and at ITN.

Minimum level(s) of standards possibly required: To be provided in pre-qualification questionnaire and ITN as appropriate.

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: To be provided in pre-qualification questionnaire and ITN as appropriate.

Minimum level(s) of standards possibly required: To be provided in pre-qualification questionnaire and ITN as appropriate.

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 minimum number

Objective criteria for choosing the limited number of candidates: A Pre-Qualification Questionnaire (PQQ) is provided on Defence Sourcing Portal (DSP). Potential Providers will need to complete the relevant PQQ questions and submit it electronically as instructed in the PQQ documentation. Late PQQs will not be considered. The completed PQQ provides information that allows the MOD to evaluate the Potential Providers’ capacity and capability against the selection criteria set in the PQQ.

The Authority will use the PQQ response to create a list of suppliers who are eligible to participate under Section III.2.1) of this Contract Notice; and who fulfil any minimum capacity levels under Sections III.2.2) and III.2.3) of this Contract Notice; and who also best meet the selection criteria set out in the PQQ. Full details of the method for choosing those who will be invited to negotiate are set out in the PQQ.

  

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

Prior information notice

Notice number: 2021/S 000-021689 of 1 September 2021

Other previous publications

Notice number: 2019/S 035-079919 of 19 February 2019

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

Payable documents: no

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

2 September 2022 - 5:00pm

four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

13 October 2022

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.

b) It is envisaged that the Authority will use the Defence Sourcing Portal (DSP) to assist in the management of the tender process and subsequent tender evaluation.

c) It is to be noted that this requirement is subject to UK Government policy on transparency and that the PQQ, Invitation to Negotiate and any resulting contract documents may be subject to publication in a redacted format.

d) Suppliers interested in working with the Authority should register on The Ministry of Defence (MOD) Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.

e) 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.

https://www.gov.uk/government/publications/government-security-classifications

f) Advertising Regime:- This contract opportunity is published in the Find a Tender Portal: https://www.find-tender.service.gov.uk/Notice/021689-2021 and www.contracts.mod.uk: https://contracts.mod.uk/go/4070133301818695C166

g) The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is LOW, Reference – RAR- 801798580.

h) 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.

i) It is envisaged that an in-person industry day will be held during the PQQ process. Should you wish to participate then please can you express your interest via email at the email address shown in 1.1 of this advert.

Potential Providers (PPs) who wish to express an interest in this requirement are invited to attend an industry day which will be held at a MOD UK establishment, on 14 June 2022. Companies interested in securing subcontract opportunities with prospective prime contractors, may also attend the industry day, where they can make contact with prospective PQQ participant companies. PPs and potential subcontract companies interested in attending the industry day should submit, by email, to the contracting authority point of contact in Section I1, attendee details i.e. names of representative(s) and company name, date of birth, vehicle details and security clearance level if this is held. This information must be submitted by 5pm on 24/05/2022.

j) The Buyer is supported by external service providers. These companies are regarded as integral parts of the project team and will therefore have access to a variety of both internal 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:

Collaboration Analysis - (to be appointed)

Willis Towers Watson Insurances (Ireland) Ltd - Insurance Advisers

Legal Services – Mills & Reeve LLP

k) For the down selected PP’s the Authority is planning to run an opportunity to attend site visit(s) on a one-off basis. Arrangements for this site visit will be confirmed to the shortlisted bidders but only personnel with BPSS or higher clearance will be allowed to attend. This is at the discretion of the Authority and subject to local site procedures.

Due to the location of South Atlantic Islands the logistics will be confirmed to the down selected PP’s, and Military flights and accommodation will be utilised.

The site visit(s) are subject to cancellation at the Authority’s discretion potentially with short notice. As the PP’s may be required to stay within Military accommodation with the use of Military flights, 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.contracts.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.contracts.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.

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 DSP 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.

Please raise any formal clarification questions via the DSP messaging system. If your query does not relate directly to your PQQ submission then contact the MOD Helpdesk by emailing diocomrcl-opc@mod.gov.uk

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Ministry of Defence

Kentigern House, Rm 1.2.24, 65 Brown Street,

Glasgow

G2 8EX

National ID

Defence Infrastructure Organisation (DIO)

Email(s)

DIOComrcl-OPC@mod.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/defence-infrastructure-organisation

six.4.1) Body responsible for mediation procedures

Ministry of Defence

Kentigern House, Rm 1.2.24,, 65 Brown Street,

Glasgow

G2 8EX

National ID

Defence Infrastructure Organisation (DIO)

Email(s)

DIOComrcl-OPC@mod.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/defence-infrastructure-organisation

six.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)

Kentigern House, rm 1.2.24, 65 Brown Street, Glasgow, G2 8EX, United Kingdom

Tel. +44 141 224 8246, Email: DIOComrcl-OPC@mod.gov.uk

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

Ministry of Defence

Kentigern House, Rm 1.2.24, 65 Brown Street,

Glasgow

G2 8EX

National ID

Defence Infrastructure Organisation (DIO)

Email(s)

DIOComrcl-OPC@mod.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/defence-infrastructure-organisation