711234451 - Procurement and Support of Self-Contained Air Diving Equipment (SCADE)

  • Ministry of Defence

F14: Notice for changes or additional information

Notice identifier: 2024/S 000-033471

Procurement identifier (OCID): ocds-h6vhtk-04a626

Published 16 October 2024, 8:55pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

MOD ABW

BS34 8JH

Email

julia.small375@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.contracts.mod.uk

Buyer's address

https://contracts.mod.uk/go/0340482601925873706B


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

711234451 - Procurement and Support of Self-Contained Air Diving Equipment (SCADE)

two.1.2) Main CPV code

  • 37412241 - Breathing apparatus for diving

two.1.3) Type of contract

Supplies

two.1.4) Short description

A replacement capability is required by Naval Military Diving (NMD), Army Military Diving (AMD), MAB Military Diving (MABMD) and the Defence Diving School (DDS) to deliver Defence diving outputs post the OSD of the existing capability in 2024.

Self-Contained Air Diving Equipment (SCADE) will be modernising our Open Circuit system improving surface demand capability to our core diving system. Self-Contained Air Diving Equipment (SCADE) will be an improvement on our current in-service Capability.

This requirement is for use in the World’s oceans, harbours and inland waterways in all climatic conditions. This project will deliver circa six hundred modular self-contained Compressed Natural Breathing Air diving systems to service Defence’s military diving demands, including training.

The ruggedized systems will be lightweight, compliant to UK safety standards, rapidly configurable and be minimal in form and function. They will accommodate the characteristics of human capabilities and when operated underwater the diver’s fluid dynamic profile will be as low as practicably possible. Allowing the diver, the ability to loiter on task, the system design will also offer both a permanent and contingent surface supply capability, as well as interoperability with in-water alternate air supply connections and charging.

To ensure relevance across their in-service lifespan, the systems will allow for coherent through-life upgrades, and they will be compatible with current diver through water communication systems (OTS MilCom 6000D) and the future procurement of commercially available telemetry monitoring and tracking systems and human interfaces. User maintenance equipment is required, as well as the means to protect each system or sub-system in transit.

• Buoyancy controlled jacket, (BCJ)

• Regulator Assembly,

• FF mask and HF mask variants,

• Air Cylinders

• Gauge Assemblies,

• Tool and Test kits

• Transportation cases


Section six. Complementary information

six.6) Original notice reference

Notice number: 2024/S 000-031984


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

II.2.1

Place of text to be modified

(if applicable give figures only)

Instead of
Text

782500.00

Read
Text

7825000.00

Section number

III.1.3

Place of text to be modified

Legal form to be taken.....

Read
Text

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.

Section number

III.1.4

Place of text to be modified

Other particular condtions to which the peformance of thecontract is subject,

Read
Text

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 a security aspects letter, the Authority reserves the right to amend the terms of the security aspects letter 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 markings apply or otherwise.

Section number

IV.1.2

Place of text to be modified

Limitations on the number of operators who will be invited to tender or to participate

Instead of
Text

2

Read
Text

3

The Authority will use the DPQQ response to create a shortlist of tenderers who:

(1) are eligible to participate;

(2) fulfil any minimum economic, financial, professional and technical standards; and

(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.

Further details of the method for choosing the tenderers is set out in the DPQQ.

Section number

II.1.7

Place of text to be modified

Information about Subcontracting (If applicable)

Instead of
Text

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.

Section number

IV.3.3

Place of text to be modified

Date

Instead of
Date

4 November 2024

Local time

4:00pm

Read
Date

18 November 2024

Local time

4:00pm

Section number

IV 3.4

Place of text to be modified

Date

Instead of
Date

4 November 2024

Local time

4:00pm

Read
Date

18 November 2024

Local time

4:00pm