Tender

Commercially Supported Shipping (CSS) Future In-Service Support (FISS) - Through Life Support Requirement

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderAmendment

01 Jun 2017 at 11:06

Tender

01 Jun 2017 at 10:00

Summary of the contracting process

The Ministry of Defence is currently conducting a tender process for the project titled "Commercially Supported Shipping (CSS) Future In-Service Support (FISS) - Through Life Support Requirement." This procurement falls under the services category, specifically focusing on repair and maintenance services for ships, with an estimated contract value of £940 million over a duration of ten years. The tender period concludes on 13th July 2017, and the contract is set to commence on 28th June 2018, lasting until 28th June 2028. The process follows a negotiated procedure and is aimed at providing comprehensive support packages for various Royal Fleet Auxiliary (RFA) vessels, with the potential to cover significant operational maintenance and engineering needs.

This tender creates substantial opportunities for businesses specialising in maritime engineering, ship maintenance, and logistical support. Companies with expertise in providing technical services, design and planning for refits, and maintenance management are encouraged to compete. Additionally, organisations capable of collaborating closely with military operations and adhering to stringent quality standards would find suitable prospects within this contract. This engagement is particularly well-suited to larger firms with experience in long-duration contracts and an ability to meet complex operational demands in a joint support environment.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Commercially Supported Shipping (CSS) Future In-Service Support (FISS) - Through Life Support Requirement

Notice Description

DESCRIPTION AS ADVERTISED ON DEFENCE CONTRACTS ONLINE IN 02/06/2016 The in-service support packages available are: RFA WAVE KNIGHT, RFA WAVE RULER, RFA FORT AUSTIN, RFA FORT ROSALIE, RFA FORT VICTORIA (Lot 1) - Estimated value PS320M over ten (10) year contract duration; RFA LYME BAY, RFA MOUNTS BAY, RFA CARDIGAN BAY, RFA ARGUS, HMS SCOTT (Lot 2) - Estimated value PS275M over ten (10) year contract duration; and / or RFA TIDESPRING, RFA TIDERACE , RFA TIDESURGE, RFA TIDEFORCE (Lot 3) - Estimated value PS345M over ten (10) year contract duration, which will include but not be limited to: worldwide engineering support; rectification of Operational Defects; and the planning, management and implementation of maintenance periods. Maintenance periods may include, but not be limited to: Refit Periods; Docking Periods; Contractor Support Periods; Annual Certification Periods; and Assisted Maintenance Periods. - The successful bidder will also be required to provide design, planning, implementation and technical services for the various update, upgrade and / or modification packages along with the global supply and transport of spares. A joint team (the Authority and the successful bidder) will be co-located at the successful bidder's premises and work collaboratively with other CSS support. It is envisioned that there will be one (1) joint support team per Lot. The contract will be for ten (10) years, with a value for money exercise commencing at the three and a half (3.5) year point. The Authority will have the option, at its sole discretion, to break the contract at the five (5) year point if it believes value for money is not being achieved. Years one (1) to five (5) will be firm price i.e. not subject to variation, and years six (6) to ten (10) will be fixed price, subject to the price index / indices stated in the contract. The justification for the proposed framework duration is that RFA and OSV vessels require a refit period every five (5) years, and a ten (10) year framework will allow for two (2) refit periods within one contractual agreement which will provide benefits to both the successful bidder and Authority through learning for experience. Planning a refit period requires eighteen (18) months, and a seven (7) year contract period would risk interruption to the planning or delivery of a second refit period. Certification is required at a docking every five (5) years so a ten (10) year framework would afford full certification twice preventing the risk of uncertified and therefore unusable vessels in the fleet. This is therefore deemed as exceptional circumstances. No work whatsoever is guaranteed under any resulting framework agreement or contract and 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. Additional information: Published is the Invitation to Negotiated sent to 6 bidders at the end of May. Several annexes of the Tender documentation have not been pulished, due to the contents being classified as sensitive due to their commercial or technical contents.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2aac9cab-c09d-4d2d-8c68-9a6b54d259c1
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/bb67a204-c2e1-4f0b-b5d9-44016130c9ed
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50241000 - Repair and maintenance services of ships

Notice Value(s)

Tender Value
£940,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Jun 20178 years ago
Submission Deadline
13 Jul 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
27 Jun 2018 - 28 Jun 2028 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Ben Stokes
Contact Email
desshipscomrcl-css-fiss-group@mod.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-2aac9cab-c09d-4d2d-8c68-9a6b54d259c1-2017-06-01T12:06:08+01:00",
    "date": "2017-06-01T12:06:08+01:00",
    "ocid": "ocds-b5fd17-2aac9cab-c09d-4d2d-8c68-9a6b54d259c1",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CSS/0096",
        "title": "Commercially Supported Shipping (CSS) Future In-Service Support (FISS) - Through Life Support Requirement",
        "description": "DESCRIPTION AS ADVERTISED ON DEFENCE CONTRACTS ONLINE IN 02/06/2016 The in-service support packages available are: RFA WAVE KNIGHT, RFA WAVE RULER, RFA FORT AUSTIN, RFA FORT ROSALIE, RFA FORT VICTORIA (Lot 1) - Estimated value PS320M over ten (10) year contract duration; RFA LYME BAY, RFA MOUNTS BAY, RFA CARDIGAN BAY, RFA ARGUS, HMS SCOTT (Lot 2) - Estimated value PS275M over ten (10) year contract duration; and / or RFA TIDESPRING, RFA TIDERACE , RFA TIDESURGE, RFA TIDEFORCE (Lot 3) - Estimated value PS345M over ten (10) year contract duration, which will include but not be limited to: worldwide engineering support; rectification of Operational Defects; and the planning, management and implementation of maintenance periods. Maintenance periods may include, but not be limited to: Refit Periods; Docking Periods; Contractor Support Periods; Annual Certification Periods; and Assisted Maintenance Periods. - The successful bidder will also be required to provide design, planning, implementation and technical services for the various update, upgrade and / or modification packages along with the global supply and transport of spares. A joint team (the Authority and the successful bidder) will be co-located at the successful bidder's premises and work collaboratively with other CSS support. It is envisioned that there will be one (1) joint support team per Lot. The contract will be for ten (10) years, with a value for money exercise commencing at the three and a half (3.5) year point. The Authority will have the option, at its sole discretion, to break the contract at the five (5) year point if it believes value for money is not being achieved. Years one (1) to five (5) will be firm price i.e. not subject to variation, and years six (6) to ten (10) will be fixed price, subject to the price index / indices stated in the contract. The justification for the proposed framework duration is that RFA and OSV vessels require a refit period every five (5) years, and a ten (10) year framework will allow for two (2) refit periods within one contractual agreement which will provide benefits to both the successful bidder and Authority through learning for experience. Planning a refit period requires eighteen (18) months, and a seven (7) year contract period would risk interruption to the planning or delivery of a second refit period. Certification is required at a docking every five (5) years so a ten (10) year framework would afford full certification twice preventing the risk of uncertified and therefore unusable vessels in the fleet. This is therefore deemed as exceptional circumstances. No work whatsoever is guaranteed under any resulting framework agreement or contract and 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. Additional information: Published is the Invitation to Negotiated sent to 6 bidders at the end of May. Several annexes of the Tender documentation have not been pulished, due to the contents being classified as sensitive due to their commercial or technical contents.",
        "datePublished": "2017-06-01T11:00:23+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50241000",
            "description": "Repair and maintenance services of ships"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "50241000",
                "description": "Repair and maintenance services of ships"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 940000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure",
        "tenderPeriod": {
            "endDate": "2017-07-13T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-06-28T00:00:00+01:00",
            "endDate": "2028-06-28T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/bb67a204-c2e1-4f0b-b5d9-44016130c9ed",
                "datePublished": "2017-06-01T12:06:08+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Invitation to Tender",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d46c0dfd-8064-4320-bd1b-c8bc9481e55b",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender - response form (DEFFORM 47 Annex A)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a40a425a-8065-40fa-b7fc-620f53bb2d84",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender - response form Explanatory notes (DEFFORM 47 Annex A-C Appendix 1)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/340fea8e-bfea-49f1-b39c-8e20d1fffaa3",
                "format": "application/pdf"
            },
            {
                "id": "5",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender - response form Explanatory notes",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/99f2e380-66d9-4ffa-8de3-cb06fbf98ce9",
                "format": "application/pdf"
            },
            {
                "id": "6",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender - Deliverables check list",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d0354919-cd88-4f07-98da-fd56242636df",
                "format": "application/pdf"
            },
            {
                "id": "7",
                "documentType": "evaluationCriteria",
                "description": "Invitation to Tender - Evaluation Criteria (DEFFORM 47 Annex J)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/deb59cf5-a4c1-4eab-baa0-1e0cbe6eeeb6",
                "format": "application/pdf"
            },
            {
                "id": "8",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender - Collaborative Working Questionnaire (DEFFORM 47 Annex",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b93545c0-92fd-494b-9bb3-f29c66d860a9",
                "format": "application/pdf"
            },
            {
                "id": "9",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender - Health and Safety Questionnaire",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c88b8538-04c5-4c9f-abe9-83393d945a3d",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/7U7AuvS7",
            "name": "MINISTRY OF DEFENCE",
            "identifier": {
                "legalName": "MINISTRY OF DEFENCE",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/7U7AuvS7"
            },
            "address": {
                "streetAddress": "#3323 Ash 2A, Abbeywood South",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Ben Stokes",
                "email": "desshipscomrcl-css-FISS-group@mod.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/7U7AuvS7",
        "name": "MINISTRY OF DEFENCE"
    }
}