Tender

708422450 - Provision of Underwater Engineering Services (UES)

  • Ministry of Defence

F17: Contract notice for contracts in the field of defence and security

Notice identifier: 2024/S 000-037425

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

Published 19 November 2024, 4:48pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

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

For the attention of

Dave Kingscott

Email(s)

desshipscomrcl-salmo-multiuser@mod.gov.uk

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

www.contracts.mod.uk

Electronic access to information

www.contracts.mod.uk

Electronic submission of tenders and requests to participate

www.contracts.mod.uk

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

The above-mentioned contact point(s)

Tenders or requests to participate must be sent to

The above-mentioned contact point(s)

one.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

one.3) Main activity

Defence


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

708422450 - Provision of Underwater Engineering Services (UES)

two.1.2) Type of contract and location of works, place of delivery or of performance

Services

Service category No 26: Other services

Main site or location of works, place of delivery or of performance

Lot 1 - Provision of Underwater Engineering Services (UES) in the United Kingdom.

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

NUTS code

  • UK - United Kingdom
  • UKK13 - Gloucestershire

two.1.3) Information on framework agreement

The notice involves the establishment of a framework agreement

two.1.4) Information on framework agreement

Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 84

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:

£71,200,000

two.1.5) Short description of the contract or purchase(s)

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.1.6) Common procurement vocabulary (CPV)

  • 98363000 - Diving services

Additional CPV code(s)

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

two.1.8) Lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

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.

Estimated value excluding VAT:

£71,200,000

two.2.2) Information about options

Options: Yes

Description of these options: Lot 1:

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

Lot 2:

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.2.3) Information about renewals

This contract is subject to renewal: No

two.3) Duration of the contract or time limit for completion

Duration in months: 84 (from the award of the contract)

Information about lots

Lot No

1

Lot title

Lot 1 - Provision of Underwater Engineering Services (UES) in the United Kingdom.

1) Short description

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

2) Common procurement vocabulary (CPV)

  • 98363000 - Diving services

CPV additional

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

3) Quantity or scope

The indicative value of Lot 1 (within the United Kingdom) is £6.2 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.

Estimated value excluding VAT

£6,200,000

4) Indication about different date for duration of contract or starting/completion

Duration in months: 84 (from the award of the contract)

5) Additional information about lots

The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

Lot No

2

Lot title

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

1) Short description

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

2) Common procurement vocabulary (CPV)

  • 98363000 - Diving services

CPV additional

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

3) Quantity or scope

The indicative value of 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.

Estimated value excluding VAT

£65,000,000

4) Indication about different date for duration of contract or starting/completion

Duration in months: 84 (from the award of the contract)

5) Additional information about lots

The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

The Authority reserves the right to request a Parent Company or Bank Guarantee.

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As stated in the procurement documents.

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

three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

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.

three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

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.

three.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 30 September 2025

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: As set out in the Dynamic Pre-Qualification Questionnaire (DPQQ) and associated Dynamic Pre-Qualification Questionnaire Guidance Instructions.

Minimum level(s) of standards possibly required: As set out in the Dynamic Pre-Qualification Questionnaire (DPQQ) and associated Dynamic Pre-Qualification Questionnaire Guidance Instructions.

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: As set out in the Dynamic Pre-Qualification Questionnaire (DPQQ) and associated Dynamic Pre-Qualification Questionnaire Guidance Instructions.

Minimum level(s) of standards possibly required: As set out in the Dynamic Pre-Qualification Questionnaire (DPQQ) and associated Dynamic Pre-Qualification Questionnaire Guidance Instructions.


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Negotiated

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators: 5

Objective criteria for choosing the limited number of candidates: As set out in the attached Dynamic Pre-Qualification Questionnaire Guidance Instructions.

four.1.3) Reduction of the number of operators during the negotiation or dialogue

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

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

S&MOCB/3435

four.3.2) Previous publication(s) concerning the same contract

Prior information notice

Notice number: 2024/S 000-009553

four.3.4) Time limit for receipt of tenders or requests to participate

19 December 2024 - 5:00pm

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

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

six.3) Additional information

The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Defence Equipment and Support (DE&S)

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

BS34 8JH