Opportunity

DIOCB1/195 Construction of Akrotiri Dormitory at RAF Akrotiri, Cyprus

  • Ministry of Defence

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

Notice reference: 2021/S 000-025538

Published 12 October 2021, 10:45pm



Section one: Contracting authority/entity

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

Ministry of Defence

DIO Commercial, Ministry of Defence, Defence Infrastructure Organisation (DIO), Kentigern House, Room 1202-1221, 65 Brown Street

Glasgow

G2 8EX

Contact

DIO Commercial Overseas Projects

For the attention of

DIO Commercial Overseas Projects

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.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

DIOCB1/195 Construction of Akrotiri Dormitory at RAF Akrotiri, 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

Cyprus RAF Akrotiri

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

Estimated value excluding VAT:

Range: between 17,000,000 and 18,000,000 EUR

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

Construction of new seismically compliant three storey, T-shaped 126 bed dormitory, to include a post office and shop at RAF Akrotiri, WSBA, Cyprus

two.1.6) Common procurement vocabulary (CPV)

  • 45211340 - Multi-dwelling buildings construction work

Additional CPV code(s)

  • 45210000 - Building construction work

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

One three storey building to include 126 bed spaces, post office and shop on one site.

Estimated value excluding VAT:

Range: between 17,000,000 and 18,000,000 EUR

two.2.2) Information about options

Options: No

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

Start date: 17 May 2022

End date: 1 May 2024


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 deemed applicable.

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

Parent Company Guarantees will be required if deemed applicable.

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

All members of the Works Contractor Team will require an access pass from Station Security. The application methodology includes (completion of security questionnaire; copy of ID/Passport; A criminal Records check (less than 3 months old) and 2 No Utility Bills, as proof of address (less than 3 months old).

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.dcocontracts.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.

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: 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.dcocontracts.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.

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.

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: Economic and Financial standing will be assessed by the use of a Pre-Qualification Questionnaire (PQQ).

Minimum level(s) of standards possibly required: Economic and Financial standing will be assessed at PQQ. Further information can be found in the PQQ and supporting guidance documentation.

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: Economic and Financial standing will be assessed at PQQ.

Minimum level(s) of standards possibly required: Economic and Financial standing will be assessed at PQQ.

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: This information will be sought through the formal PQQ and an ITT.

Minimum level(s) of standards possibly required: This information will be sought through the formal PQQ and an ITT.

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: This information will be sought through the formal PQQ and an ITT.

Minimum level(s) of standards possibly required: This information will be sought through the formal PQQ and an ITT.


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged minimum number 3 and maximum number 6

Objective criteria for choosing the limited number of candidates: Envisaged minimum number 3 and maximum number 6 will be taken through to ITT.

The assessment criteria is set out within PQQ PAS 91 which respondents will be asked to complete subsequently in order to potentially down select to the maximum number of companies required to be invited to tender with the Authority.

The questions within the PQQ will be evaluated as either Pass/Fail, Yes/No or a Scored Evaluation:

(a) PASS/FAIL Evaluation. A number of PASS/FAIL questions each of which must be passed by the Potential Provider in order to progress (except where the Authority has discretion not to fail the Potential Provider). Where evidence has been requested to support a PASS/FAIL question this should be of an acceptable standard.

(b) YES/NO Evaluation. A number of YES/NO questions each of which requires information to be provided by the Potential Provider in order to progress. Where evidence has been requested to support a YES/NO question this should be of an acceptable standard.

(c) Scored Evaluation. An assessment through a Scoring methodology, by Subject Matter Experts (SMEs), of the responses and supporting evidence provided by a Potential Provider to each question with a range of criteria. The Authority may require Potential Providers to demonstrate a minimum capability in certain areas.

The evaluation criteria for each question is detailed within the supporting documents of the PQQ. Potential Providers are to note that where a PASS/FAIL question allows the Authority the discretion to PASS/FAIL, then the Authority will exercise its discretion in determining the exclusion or not of a Potential Provider.

Please Note that a some scored questions require the potential provider meet a minimum score. Failure to obtain a score in any question will result in the potential providers failure to meet the minimum requirements of the PQQ and therefore their submission will be deemed to have failed. For details of the minimum scores please see supporting document.

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

DIOCB1/195

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

no

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

10 November 2021 - 10:00am

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

25 January 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 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.

B) 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. 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.

C) The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low, Reference RAR-872988403. At Invitation to Tender (ITT) stage any down selected suppliers will be required to complete the cyber risk assessment and obtain the correct cyber security, where cyber essentials is required. This is the link to the ‘Cyber Supplier Assurance’ compliance questionnaire online tool.

D) It is envisaged that an online industry day will be held for the down selected Potential Providers (PP'S) after the Pre-Qualification Questionnaire (PQQ) process.

E) The Buyer is supported by external service providers. These companies are regarded as integral 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: Ramboll (UK) Ltd.

F) A site visit will not be applicable at PQQ stage. The Authority will invite the down selected potential providers to a site visit after the ITT has been issued. The Authority will be monitoring the Covid-19 restrictions and will keep the down selected PP's up to date with any changes.

G) All down selected PP's must be willing to sign the Official Secrets Act, a copy is attached to supporting information.

H) For the PPQ some questions require an uploaded document but may not require a response. Please use the support document no response for any PPQ response that requires no response.

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

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

DIO Commercial Overseas Projects

DIO Commercial Overseas Projects MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street,

Glasgow

G2 8EX

Email(s)

DIOComrcl-overseasprojects@mod.gov.uk

Country

United Kingdom

six.4.1) Body responsible for mediation procedures

DIO Commercial Overseas Projects

DIO Commercial Overseas Projects MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street,

Glasgow

G2 8EX

Email(s)

DIOComrcl-overseasprojects@mod.gov.uk

Country

United Kingdom

six.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: 10 calendar Days after successful or unsuccessful letters issued to PQQ evaluation.

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

DIO Commercial Overseas Projects

DIO Commercial Overseas Projects MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street,

Glasgow

G2 8EX

Email(s)

DIOComrcl-overseasprojects@mod.gov.uk

Country

United Kingdom