Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence (Defence Equipment & Support)
JES DT, NH1 YEW 2A, #1237, MOD Abbey Wood (South)
Bristol
BS34 8JH
Contact
William.Pope101@mod.gov.uk, Huw.Ellis109@mod.gov.uk
For the attention of
William Pope
Email(s)
Telephone
+44 3001646859
Country
United Kingdom
Further information
Further information can be obtained from the above mentioned contact point(s)
Section two: Object
two.1) Title attributed to the contract by the contracting authority/entity:
JES/00141 - UW Support
two.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
- UKK11 - Bristol, City of
two.3) Information on framework agreement
The notice involves the establishment of a framework agreement: No
two.4) Short description of nature and scope of works or nature and quantity or value of supplies or services
MOD Prior Information Notice
GB-Bristol:
1. Contract Title: Under Water Support Contract
2. Contracting Authority:
Ministry of Defence, IBOC, Yew 2a, #1237, MOD Abbey Wood (South), Bristol, BS34 8JH, United Kingdom
3. Contract:
Contracting Authority’s file Reference number:
Type of Contract: SERVICES
Estimated value of requirement: c£20m
Background
IBOC intends to run a Limited/ Exempt Competition for Under Water Support, involving support services for sonar equipment(s) deployed on (primarily) sub-surface naval platforms. The requirement includes but is not limited to the following activities
• Capability Enhancement
• Capability Maintenance & Support
• Project Management
• Asset Management
• GFX storage and transportation
• Control, transportation and storage of items of equipment when not fitted to platforms
• Naval Liaison
• Documentation & installation of A&As and Fit-To-Receive Infrastructure to naval platforms
• System integration
• Calibration trials
• Naval platform surveys
• bespoke infrastructure development
• Data analysis
• Sourcing and procurement of items in support of equipment fits
• Provision of maintenance services for items of equipment
• Provision of engineering and design advice in support of implementation of equipment fits
• Management and execution of fit to receive (FTR) capabilities on various classes of platforms
• Support of FTR and infrastructure elements of equipment(s) whilst deployed
It is envisaged that the Contract will be let for an initial two years and six months (2 ½) period with options to extend for a further five years (5) period (inclusive of a 6 month transition phase). The potential mechanism and duration are indicative and subject to change at the sole discretion of the Contracting Authority.
The Estimated Value of Contract represents the estimated minimum and maximum values of the Contract. The maximum figure is only an estimate and the total cumulative value of core activity and tasks placed under the Contract. The final contract value (inclusive of tasking) may be above or below this figure.
This Prior Information Notice (PIN) will be utilised by the Authority to inform and commence any potential future procurement process. The Authority requests that companies that wish to take part in the competitive procurement process (indicative timeframes detailed below), should express their interest via the DSP and email to William.Pope101@mod.gov.uk and Huw.Ellis109@mod.gov.uk. Interested parties should respond by 1st November 2022. Responses received after this date will not be considered for involvement in any future competitive process. Following this period, the Authority anticipates launching the project by issuing a Contract Notice and Preliminary Qualification Questionnaire (PQQ) directly to the interested parties/ respondents to this PIN only.
Prospective suppliers will be required to hold List X status at Contract Award. Tenderers will be required to hold SC clearance, and demonstrate processes in place to access, storage and manage documentation at SECRET classification to participate in any competition and in order to access to the PQQ and ITT documentation. Clearances and processes will be checked prior to any further involvement/ release of any further documentation. To support this, when registering an interest in this event, please provide the following details:
- Company/Organisations name
- Point of Contact full name
- Security Clearance details
- Nationality
- Date of Birth
Please also provide the following (whereby your organisation does not have one of following of these, or both, please state this in your response).
- That your organisation is both List X (or Provisional List X) and associated details
- has a connection to the RLI and associated details
- or does not hold List X/ provisional List X or RLI email address but is willing to achieve this for Contract Award. Companies which fail to confirm this will not be invited to any future stage. Personnel involved in any future Contract will be expected to hold Developed Vetting (DV) security clearance.
Any potential future procurement exercise will be exempt from the Defence and Securities Public Contract Regulations 2011 (DSPCR) in accordance with Regulation 7(1)(a) of the DSPCR in conjunction with Regulation 6(3A)(a) and therefore no rights, duties, obligations or liabilities arising from DSCPR 2011 and/or EU Treaties will apply. By expressing an interest to participate in any potential future competition, you acknowledge that none of the obligations, rights and remedies deriving from the DSPCR and/ or EU treaties apply to this Contract.
The Contract shall be considered non-exclusive, and as such shall not limit the ability of the contracting Authority to run Under Water / Sonar procurement exercises outside of the Contract. The Authority also reserves the right to use the Contract to fulfil requirements that are related to the capabilities covered by the Contract but are outside of the immediate scope of the Under Water Support programme.
The Authority may at its sole discretion:
- In any way amend and/ or cancel this PIN/ subsequent procurement process;
- Withdraw this PIN at any time for any reason;
- Decide not to Award any contract to any bidder following the PQQ and ITT phases.
The Authority does not bind itself to enter into any contract(s) arising out of the proceedings envisaged by this PIN and no contractual rights express or implied arise out of this notice or the procedures envisaged by it.
Indicative timeframes (subject to confirmation/ change by the Authority):
Pre-Qualification Questionnaire (PQQ): November/December 2022
Invitation to Tender (ITT): April/May 2023
Contract Award: September/October 2023
Estimated value excluding VAT
Range: between £9,000,000 and £20,000,000
Lots
This contract is divided into lots: No
two.5) Common procurement vocabulary (CPV)
- 50660000 - Repair and maintenance services of military electronic systems
Additional CPV code(s)
- 35510000 - Warships
- 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
- 35721000 - Electronic intelligence system
- 35722000 - Radar
- 35730000 - Electronic warfare systems and counter measures
- 38113000 - Sonars
two.6) Scheduled date for start of award procedures and duration of the contract
Start date: 1 October 2023
End date: 31 March 2026
Section six: Complementary information
six.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
six.2) Additional information
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.