Tender

708422450 - Provision of Underwater Engineering Services

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2024/S 000-037424

Procurement identifier (OCID): ocds-h6vhtk-044c38

Published 19 November 2024, 4:48pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Defence Equipment and Support (DE&S), Salvage and Marine Operations Team, Ash 2A, Mailpoint 3212, MOD Abbey Wood, Bristol

Bristol

BS34 8JH

Contact

Dave Kingscott

Email

desshipscomrcl-salmo-multiuser@mod.gov.uk

Country

United Kingdom

Region code

UKK13 - Gloucestershire

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

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

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.contracts.mod.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.contracts.mod.uk

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

708422450 - Provision of Underwater Engineering Services

two.1.2) Main CPV code

  • 98363000 - Diving services

two.1.3) Type of contract

Services

two.1.4) Short description

Further to Prior Information Notice (PIN) (2024/S 000-009553 and tender_376292/1355807), the Authority has a requirement for the Provision of Underwater Engineering Services (UES) and is inviting registrations of interest from Potential Providers through completion and submission of a Dynamic Pre-Qualification Questionnaire (DPQQ). To view this Defence Opportunity and access the DPQQ please visit: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56768

Underwater Engineering Services (UES) in the United Kingdom and worldwide, is carried out to support the Royal Navy (RN) and Royal Fleet Auxiliary (RFA) platforms and is managed on behalf of the Ministry of Defence (MoD) by the Authority (Defence, Equipment and Security (DE&S)), (Salvage and Marine Operations Delivery Team (SALMO DT)).

The Authority requires one or more suppliers to deliver the following over an approximate seven-year contract including option years:

• Provision of commercial diving services to UK Health and Safety Executive Diving at Work Regulations inland/inshore Approved Code of Practice both in the UK and overseas to conduct a range of underwater inspection, maintenance, and repair activities on HM ships.

• Provision of services to review, update and generate new underwater engineering technical procedures, including the generation of engineering drawings and manufacturing data packs.

• Provision of services to inspect, repair and manufacture, or supply specialist underwater engineering equipment including, but not limited to, hull aperture blanks, cofferdams, hull cleaning equipment and any other bespoke items required to fulfil underwater engineering tasks.

The requirement is split into two (2) lots:

Lot 1 – Provision of Underwater Engineering Services (UES) within the United Kingdom (UK), and

Lot 2 – Provision of Underwater Engineering Services (UES) outside of the United Kingdom.

Potential Providers may register an interest in Lot 1, Lot 2 or Lot 1 and Lot 2.

The indicative value of Lot 1 (within the United Kingdom) is £6.2 million pounds and Lot 2 (outside of United Kingdom) is £65 million pounds.

The values shown in relation to Lot 1 and Lot 2 are estimates only of the potential total value of any resultant Framework Contract(s). The Authority may order or place tasks to a total value less than the estimated values and shall not be bound to place any orders or tasks under either Lot 1 or Lot 2. The Authority provides no guarantee of any throughput of work under either Lot 1 or Lot 2.

No business whatsoever is guaranteed under any resultant 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. Potential Providers should take part in this process only on the basis that they fully understand and accept this position.

two.1.5) Estimated total value

Value excluding VAT: £71,200,000

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: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 and Lot 2

two.2) Description

two.2.1) Title

708422450 - Lot 1 - Provision of Underwater Engineering Services in the United Kingdom

Lot No

1

two.2.2) Additional CPV code(s)

  • 50241100 - Vessel repair services
  • 71336000 - Engineering support services
  • 71631400 - Technical inspection services of engineering structures
  • 71631420 - Maritime safety inspection services
  • 98363000 - Diving services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Within the United Kingdom

two.2.4) Description of the procurement

Provision of Underwater Engineering Services (UES) in the United Kingdom

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: £6,200,000

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

Duration in months

84

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the attached Dynamic Pre-Qualification Questionnaire Guidance Instructions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2 (two) x 1-year options to extend the contract duration.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

708422450 - Lot 2 - Provision of Underwater Engineering Services (UES) outside the United Kingdom.

Lot No

2

two.2.2) Additional CPV code(s)

  • 50241100 - Vessel repair services
  • 71336000 - Engineering support services
  • 71631400 - Technical inspection services of engineering structures
  • 71631420 - Maritime safety inspection services
  • 98363000 - Diving services

two.2.3) Place of performance

NUTS codes
  • UKK13 - Gloucestershire
Main site or place of performance

Outside the United Kingdom i.e. Worldwide

two.2.4) Description of the procurement

Provision of Underwater Engineering Services (UES) outside the United Kingdom.

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: £65,000,000

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

Duration in months

84

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the attached Dynamic Pre-Qualification Questionnaire Guidance Instructions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2 (two) x 1-year options to extend the contract duration.

1 (one) x option for Contractor to provide and forward-base diving equipment.

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

As stated in the Dynamic Pre-Qualification Questionnaire (DPQQ) and 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the Terms and Conditions of Contract and Contract Schedules. The Authority reserves the right to amend such Terms and Conditions of Contract and Contract Schedules prior to the issue of any invitation for tenders.

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 marking applies or otherwise.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

DSPCR 2011 Regulation 20(10).

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-009553

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

Date

19 December 2024

Local time

5:00pm

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

31 January 2025

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.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Electronic Trading

Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system

six.4) Procedures for review

six.4.1) Review body

Defence Equipment and Support (DE&S)

Salvage and Marine Operations Team, Ash 2A, Mailpoint 3212, MOD Abbey Wood, Bristol

Bristol

BS34 8JH

Email

desshipscomrcl-salmo-multiuser@mod.gov.uk

Country

United Kingdom