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
desshipscomrcl-salmo-multiuser@mod.gov.uk
Country
United Kingdom
Region code
UKK13 - Gloucestershire
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
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
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
desshipscomrcl-salmo-multiuser@mod.gov.uk
Country
United Kingdom