Opportunity

S&MOCB/3390 Wreck Management Research Contract

  • Ministry of Defence

F02: Contract notice

Notice reference: 2022/S 000-025649

Published 13 September 2022, 1:21pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Bristol

BS34 8JH

Email

DESShipsComrcl-SALMO-Multiuser@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-defence

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

S&MOCB/3390 Wreck Management Research Contract

two.1.2) Main CPV code

  • 71351914 - Archaeological services

two.1.3) Type of contract

Services

two.1.4) Short description

The Salvage and Marine Operations (SALMO) Team, part of Defence Equipment and Support (DE&S) within the UK Ministry of Defence (MOD), has the responsibility on behalf of Navy Command Headquarters (NCHQ) to carry out assessments, surveys and (if required) interventions on MOD-owned wrecks to reduce the risk of danger to the environment.

The SALMO Team intends to put in place a contact with a single contractor or contracting entity for the provision of Historic Desk Based Assessments (H-BDAs) for a portfolio of MOD-owned legacy wrecks. For the purpose of this Contract Notice, a legacy wreck is defined to mean a vessel that has been located on the seabed for at least 40 (forty) years.

two.1.5) Estimated total value

Value excluding VAT: £780,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73110000 - Research services
  • 73112000 - Marine research services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Salvage and Marine Operations (SALMO) Team, part of Defence Equipment and Support (DE&S) within the UK Ministry of Defence (MOD), has the responsibility on behalf of Navy Command Headquarters (NCHQ) to carry out assessments, surveys and (if required) interventions on MOD-owned wrecks to reduce the risk of danger to the environment.

The SALMO Team intends to put in place a contact with a single contractor or contracting entity for the provision of Historic Desk Based Assessments (H-BDAs) for a portfolio of MOD-owned legacy wrecks. For the purpose of this Contract Notice, a legacy wreck is defined to mean a vessel that has been located on the seabed for at least 40 (forty) years.

Services under this contract include:

1. Produce H-BDAs for 482 (four hundred and eighty-two) legacy wrecks and identify any likely environmental and safety hazards caused by pollutants and/ or ammunition. The H-DBAs should comprise a comprehensive study of the wrecks based on an analysis of primarily archival material and, where appropriate, secondary sources. Note: this is a desk-based requirement and there is not a requirement to provide diving services on the wrecks.

2. Produce a single comprehensive information database based on the set of H-DBAs suitable for migration into a Geographical Information System (GIS).

3. Provide expert ad-hoc advice and support for historical and/ or archaeological requirements. Note: for the avoidance of doubt, all ad-hoc tasks shall be instructed at the sole discretion of the Authority and therefore there is no guarantee of ad-hoc tasks under this contract.

For further information concerning the scope of the services, please refer to the relevant procurement documents available via the Defence Sourcing Portal (DSP).

Potential Tenderers attention is drawn to the following:

1. The duration of the contract will be 3 (three) years with a contract commencement date of the 01st of April 2023.

2. The estimated value of the contract (including estimated value of any ad-hoc tasks for the entire duration of the contract) is £780,000.00 (excl. VAT).

3. The Contract Notice allows Potential Tenderers to express an interest in the requirement. The Authority have set out the minimum standards on economic and financial standing and professional and technical knowledge that Potential Tenderers are required to meet (under Regulation 57 of the PCR 2015) if they are to quality to tender on the DSP. The maximum number of Potential Tenderers to be considered for the next stage of tendering is 6 (six).

4. The Authority reserves the right to award the contract, in the tender evaluation stage, based on the Tenderer’s initial response without negotiation.

Potential Tenderers should express their interest in this Contract Notice before 10:00am (GMT) on the 14th of October 2022.

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: £780,000

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

Start date

1 April 2023

End date

31 March 2026

This contract is subject to renewal

No

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

Selection criteria as stated in the procurement documents

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.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

Date

14 October 2022

Local time

10:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 November 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence

Bristol

PS34 8JH

Country

United Kingdom