Tender

Marine Labour

  • UK Research and Innovation

F02: Contract notice

Notice identifier: 2024/S 000-037390

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

Published 19 November 2024, 2:54pm



The closing date and time has been changed to:

17 January 2025 - no time specified

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

UK Research and Innovation

Polaris House

SWINDON

SN21FF

Contact

Abigail Woods

Email

Coreservices@uksbs.co.uk

Country

United Kingdom

Region code

UKK14 - Swindon

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.ukri.org/

Buyer's address

https://www.uksbs.co.uk/

one.3) Communication

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

https://beisgroup.ukp.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://beisgroup.ukp.app.jaggaer.com/

one.4) Type of the contracting authority

Other type

Research

one.5) Main activity

Other activity

Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Marine Labour

Reference number

GSS24096

two.1.2) Main CPV code

  • 98360000 - Marine services

two.1.3) Type of contract

Services

two.1.4) Short description

BAS requires ad-hoc marine contingent labour to be supplied to the BAS vessels as and when required. This procurement relates to the establishment of a framework agreement, which will be divided into 3 lots as follows:

Lot 1 - Deck

Roles covered: Master, Chief Officer, 2nd Officer, 3rd Officer, Bosun, Bosun's Mate, Science

Bosun, Launchman, ABs

Lot 2 - Engine

Roles covered: Chief Engineer, 2nd Engineer, 3rd Engineer, 4th Engineer, Deck Engineer, ETO Engineer, ETO Comms, Motorman

Lot 3 - Catering

Roles covered: Purser, Cook-Stewards, Senior Stewards, Stewards, Chief Cook, Cook

Marine Recruitment Agencies must be able to deliver marine staff to the vessels within a minimum of 24 hours if the vessel is within the UK or a minimum of 72 hours if the vessel is overseas. Within the 72-hour period, it is expected that the seafarer will actually be at the ship.

These mariners must be eligible to work in the UK. All supplied mariners must meet the requirements of the job role (Appendix c) and must hold all valid and relevant certificates including SEA (Seafarer Employment Agreement), passport and ENG1 prior to joining the vessels. Contingent staff are expected to have completed the required security checks prior to joining the vessel if time permits. They are also expected to have completed a further medical that allows for deployment on a British Antarctic Survey ship, this is confirmed by the British Antarctic Survey Medical Unit (BASMU). If this is not possible the agency must request approval from BAS for the worker to commence their assignment.

The marine contingent staff are to remain employees of the recruitment agency. Therefore, agencies must be able to provide payroll services. Agencies will book travel to and from the vessel in line with BAS Travel Policy (Appendix B) and the below statement which is in line with a permanent employee's terms and conditions of contract, all costs that meet the criteria stated shall be invoiced to BAS.

two.1.5) Estimated total value

Value excluding VAT: £1,400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Deck

Lot No

1

two.2.2) Additional CPV code(s)

  • 98360000 - Marine services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 - Deck

Roles covered: Master, Chief Officer, 2nd Officer, 3rd Officer, Bosun, Bosun's Mate, Science

Bosun, Launchman, ABs

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 75

Price - Weighting: 25

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

Start date

12 February 2025

End date

11 February 2027

This contract is subject to renewal

Yes

Description of renewals

Potential to extend to 9th February 2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Engine

Lot No

2

two.2.2) Additional CPV code(s)

  • 98360000 - Marine services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 - Engine

Roles covered: Chief Engineer, 2nd Engineer, 3rd Engineer, 4th Engineer, Deck Engineer, ETO Engineer, ETO Comms, Motorman

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 75

Price - Weighting: 25

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

Start date

12 February 2025

End date

11 February 2027

This contract is subject to renewal

Yes

Description of renewals

Potential to extend to 9th February 2029

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Catering

Lot No

3

two.2.2) Additional CPV code(s)

  • 98360000 - Marine services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 - Catering

Roles covered: Purser, Cook-Stewards, Senior Stewards, Stewards, Chief Cook, Cook

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 75

Price - Weighting: 25

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

Start date

12 February 2025

End date

11 February 2027

This contract is subject to renewal

Yes

Description of renewals

Potential to be extend to 9th February 2029

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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 several operators

Envisaged maximum number of participants to the framework agreement: 18

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

3 January 2025

Local time

10:00am

Changed to:

Date

17 January 2025

See the change notice.

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)

four.2.7) Conditions for opening of tenders

Date

3 January 2025

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

How to Apply

UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal forthis procurement.

To register on the Jaggaer eSourcing portal please use the link

https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.

If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.

Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the ITT reference number ITT: itt_1857

Search using the procurement reference number GSS24096 or prj_4636

six.4) Procedures for review

six.4.1) Review body

UK Shared Business Services Ltd

Swindon

Email

policy@uksbs.co.uk

Country

United Kingdom