Tender

Marine System Support Post Design and Technical Service Framework MSS/142

  • Ministry of Defence

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

Notice identifier: 2022/S 000-021935

Procurement identifier (OCID): ocds-h6vhtk-02e8f3

Published 10 August 2022, 8:29am



Section one: Contracting authority/entity

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

Ministry of Defence

Defence Equipment & Support, Ships OC, Marine Systems Support, Birch 3B #3327, Neighbourhood 3, Abbey Wood, Filton

Bristol

BS34 8JH

For the attention of

Marta Drozdzowska

Email(s)

DESShipsMSS-FutureStrategy@mod.gov.uk

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

https://www.contracts.mod.uk/web/login.html

Address of the buyer profile

https://www.contracts.mod.uk/go/88124580018286A36746

Electronic access to information

https://www.contracts.mod.uk/go/88124580018286A36746

Electronic submission of tenders and requests to participate

https://www.contracts.mod.uk/go/88124580018286A36746

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

Marine System Support Post Design and Technical Service Framework MSS/142

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

Services

Service category No 3: Defence services, military defence services and civil defence services

NUTS code

  • UK - United Kingdom

two.1.3) Information on framework agreement

The notice involves the establishment of a framework agreement

two.1.4) Information on framework agreement

Framework agreement with several operators

Duration of the framework agreement

Duration in years: 7

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:

Range: between £145,799,000 and £216,832,000

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

Maritime Technical Services. The Marine Systems Support (MSS) Team, which is part of the ships operating centre within Defence Equipment & Support (DES) provides global support to the Royal Navy. MSS is setting up a Multi-Supplier Framework agreement to provide Technical Services and Post Design Services to all Royal Naval Platforms. MSS is looking for suppliers to populate this Framework agreement in order that all Technical Services for the Marine Systems can be purchased through this set of suppliers. The successful suppliers will be responsible for the provision of Technical Services for defined packages of work. The support contract will take the form of a Framework arrangement with specific tasking/call off orders. There is a possibility that during the life of the proposed contract that the size of HM Naval Fleet may increase or decrease. The Contract will be awarded under DSPCR 2011 regulations.

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Low.

two.1.6) Common procurement vocabulary (CPV)

  • 71320000 - Engineering design services

Additional CPV code(s)

  • 71330000 - Miscellaneous engineering services
  • 71340000 - Integrated engineering services
  • 71356000 - Technical services
  • 71356100 - Technical control services
  • 71356200 - Technical assistance services
  • 71356300 - Technical support services
  • 71356400 - Technical planning services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71610000 - Composition and purity testing and analysis services
  • 71621000 - Technical analysis or consultancy services
  • 71631420 - Maritime safety inspection services
  • 71632000 - Technical testing services
  • 71632100 - Valve-testing services
  • 71632200 - Non-destructive testing services
  • 73400000 - Research and Development services on security and defence materials
  • 73410000 - Military research and technology
  • 73421000 - Development of security equipment
  • 73424000 - Development of warships
  • 73430000 - Test and evaluation
  • 73431000 - Test and evaluation of security equipment
  • 73434000 - Test and evaluation of warships

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

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

This Framework Agreement covers the provision of Post Design Services – The range of post design support expertise and activities required to underpin the in-service support for all Maintained Items in support of HM Naval Platforms and Establishments.

Activities include, but are not limited to: design revisions; reverse engineering; drawings and load ratings; production of datum packs; design configuration and obsolescence support; interoperability studies and equipment trials; and supportability engineering (ILS).

The Framework Agreement also covers the provision of Through Life Technical Support Services – The range of Integrated Logistics Support (ILS) (Supportability Engineering) expertise and activities required to underpin the in-service support for all Maintained Items in support of HM Naval Platforms and Establishments.

Activities include, but are not limited to: production and review of technical documentation and information; obsolescence management; NATO codification; supply chain and inventory planning and optimisation; training development and materials; failure analysis (maintainability/reliability); and defect management.

Framework providers may be required to act on behalf of the Authority as Technical Authority for scope of PDaTS tasking and activity as required.


Section three. Legal, economic, financial and technical information

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: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

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: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

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 set out in the DPQQ and associated documents.

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 set out in the DPQQ and associated documents.


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.2) Award criteria

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

MSS/143

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

Prior information notice

Notice number: 2021/S 000-024965 of 19 September 2021

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: 9 September 2022 - 11:59pm

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

9 September 2022 - 11:59pm

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

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

. The Royal Navy has a vision to MOBILISE – get the most out of what we have. MODERNISE – embrace new technologies to assure our competitive advantage. TRANSFORM – radically improve the way we do business in order to “mobilise”, we must maximise availability (i.e., the period of time that a ship is available to perform the task required of it) by using modern maintenance systems and employing the very best support suppliers. The change programme to deliver this vision is known as project RENOWN. Marine Systems Support (MSS) Future Strategy programme Marine Systems Support Transformation (MaST) is a fundamental pillar to support the Royal Navy’s vision. This is a major change programme for both Defence Equipment & Support (DE&S) and the Royal Navy. MSS is responsible for delivering reliable, affordable, and sustainable maritime platform equipment support: throughout its service life ensuring equipment is safe, available, and capable to support the Fleet and its sailors so that they are ready to conduct operations when required. MSS currently employs over 330 staff grouped into 3 systems teams Marine Propulsion (MP), Marine Electrical (ME) and Marine Auxiliary (MX) to manage the Master Equipment’s in supporting Royal Navy Ships and Submarines both legacy and future classes. The MaST programme offers a unique opportunity to review and determine the optimum approach and associated supply chain to deliver effective support to the fleet. MSS envision a phased implementation from the current approach to the future state solution over several years. The objective of MaST is to transform the way the MSS programme supports the non-combat related equipment fitted to platforms across the Royal Navy. Currently support is provided either by the equipment desk or by a class-based approach which encompasses T45 and QEC platform support. As the Royal Navy seeks to improve availability of its fleet, a number of existing contractual arrangements within MSS come to a natural conclusion and two new classes of Frigate (T26 and T31) are due to come under the support umbrella. The opportunity has arisen for DE&S to evaluate its equipment support in order to improve support to its customer the Royal Navy.  In order to meet the objectives of supporting new platforms and increasing availability of platforms across the fleet, MaST is seeking to change the established setup of MSS by expanding its supplier base enabling direct access to the Authority, with improving communications, data sharing, forward planning and opportunities, to consider innovative solutions that best support the Royal Navy.  MaST is a project that will operate within Project RENOWN, under which the Royal Navy seeks to improve its own internal interfaces with the DE&S in-service support programme and wider Support Transformation programmes. 

Suppliers interested in working with the MOD should register on its Supplier Information Database (SID), available at www.contracts.mod.uk. The SID is a catalogue of potential suppliers available to all MOD procurement staff and is the main supplier database used by MOD. Please note that the registration and publication of a company profile on the 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 a contract opportunity must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions in the contract notice.

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 Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Low.