Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Wolverhampton
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
704227457– Provision of a Statutory Pressure Inspection and Maintenance Contract at HMS Sultan
Reference number
704227457
two.1.2) Main CPV code
- 71631100 - Machinery-inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority has a requirement to Contract for the Provision of a Statutory Pressure Inspection and Pressure Maintenance Service at HMS Sultan.
Requirement to include Statutory testing, examination and certification of:
High Pressure (H.P.) and Low Pressure (L.P.) systems.
Compressed Industrial Gas systems including welding gases.
Steam systems.
Fire Suppression systems.
Associated equipment (i.e. Compressors).
Further requirement information, including the specification and a copy of the WSE Spreadsheet can be found attached to the Opportunity on the DSP.
two.1.5) Estimated total value
Value excluding VAT: £428,333.33
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50531300 - Repair and maintenance services of compressors
- 71632100 - Valve-testing services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
Main site or place of performance
HMS SULTAN | Military Road | Gosport | Hants | PO12 3BY
two.2.4) Description of the procurement
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55344
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: £428,333.33
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 May 2023
End date
13 May 2026
This contract is subject to renewal
Yes
Description of renewals
Contract Requirements will need to be met beyond the End Date of this Proposed 4-Year Framework Agreement. No Re-Let is guaranteed and will be Subject to Competition.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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.1.2) 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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
31 January 2023
Local time
11:45pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 February 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately 6 Months Prior to Contract End Date
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Authority has a requirement to Contract for the Provision of a Statutory Pressure Inspection and Pressure Maintenance Service at HMS Sultan. This Tender opportunity will seek to establish a four year Framework Agreement. No business whatsoever is guaranteed under any resulting Framework Agreement or contract. Indeed there is no guarantee that any Framework Agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting Framework Agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
Requirement to include Statutory testing, examination and certification of:
High Pressure (H.P.) and Low Pressure (L.P.) systems.
Compressed Industrial Gas systems including welding gases.
Steam systems.
Fire Suppression systems.
Associated equipment (i.e. Compressors).
Further requirement information, including the specification and a copy of the WSE Spreadsheet can be found attached to the Opportunity on the DSP.
In order to participate in this tender event, suppliers must register for an account with the Defence Sourcing Portal (DSP).
Interested suppliers are required to complete the Pre-Qualification Questionnaire (PQQ) to provide the Authority with information to evaluate the supplier’s capacity and capability against the selection criteria.
The Authority uses the PQQ 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 PQQ.
It is the Authority's intention to down select to between approximately 5 and 10 highest scoring suppliers who will be invited to tender providing they meet the overall score of a PASS within the PQQ. If a supplier receives a FAIL to any question within the PQQ, they will automatically fail the evaluation and not be invited to participate further.
PASS – A pass mark will be awarded where the potential provider can demonstrate that they have the capability to deliver the subject of this requirement. This will be by the potential provider submitting evidence that they have appropriate knowledge, experience or appropriate current certification in line with the nature of the specific question.
FAIL – A fail mark will be awarded where the response fails to demonstrate that the potential provider has the appropriate capability to deliver the subject of this requirement. This would be where the potential providers response fails to provide evidence of experience with supply of the appropriate equipment, failure to provide evidence of appropriate certification.
Tender responses will be evaluated in accordance with the process as detailed in the ITT.
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55344
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence
Wolverhampton
Country
United Kingdom