Planning

Supply Chain Notice: Statutory Inspections

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

08 Mar 2023 at 14:06

Summary of the contracting process

The Ministry of Defence has initiated a planning stage tender for statutory inspections at Portsmouth Naval Base in England. The procurement process, titled "Supply Chain Notice: Statutory Inspections," falls under the machinery-inspection services category and is aimed at securing investment in local infrastructure while ensuring fleet support for the Royal Navy. Key milestone includes the engagement end date on March 24, 2023.

This tender presents an opportunity for businesses experienced in machinery-inspection services to compete. Small and medium-sized enterprises are particularly suited for this tender. Qualified contractors will need to adhere to HMNB site security requirements, possess specific insurance levels, and carry out statutory inspections in various categories in compliance with health and safety regulations. The winning contractor will be expected to provide comprehensive health & safety, quality, and environmental processes documentation.

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

Supply Chain Notice: Statutory Inspections

Notice Description

KBS Maritime is a joint venture between KBR and BAE Systems, bringing together two global players with a rich heritage of delivering excellence, innovation and reliability. The joint venture will combine the expertise of KBR as a global leader in infrastructure asset management and services with BAE Systems' experience and capability within Portsmouth Naval Base. KBS Maritime are delivering an ambitious, modern and enduring change to the Portsmouth Naval base infrastructure, securing investment in the local community and ensuring fit-for-purpose, world-leading fleet support for the Royal Navy HM Naval Base Portsmouth The Contractor shall be expected to adhere by the HMNB site security requirements, all Contractors and Sub-Contractors shall be BPSS security vetted and will be required to hold the relevant site security passes. The Contractor shall be expected to hold the following levels of insurance PS10m Public Liability, PS10m Product Liability, PS5m Professional Indemnity. To carry out statutory inspections in the following categories: LOLER to include lifting accessories, Lifts. LEV. Pressure Systems, to include WSE's. PUWER. All inspections to be in compliance with current regulations and industry best practice, including but not limited to: Health and Safety at Work etc Act 1974. The Management of Health and Safety at Work Regulations 1999. Safe Use of Work Equipment. Provision and Use of Work Equipment Regulations 1998 L22. Lifting Operations and Lifting Equipment Regulations 1998 L113. Pressure Systems Safety Regulations 2000 L122. Controlling Airborne Contaminants at Work HSG258. The Electricity at Work Regulations 1989 HSR25. Control of Substances Hazardous to Health 2002 L5. Inspections apply to all items on the KBS Maritime asset list which will be supplied at ITT. Suitably qualified and experienced staff shall be employed for this contract and shall have received training in Working at Height, Asbestos Awareness, hold an IPAF (or equivalent) certificate, H&S Passport. A training matrix identifying qualifications and experience of all staff shall be provided. Evidence of health & safety, quality and environmental processes/accreditation's to be provided complete with details of any HSE enforcement activities will be requested at ITT. Drafts of the following supporting documents will be requested at ITT for review: A detailed mobilization and implementation plan. RAMS. Standard operating procedures. Inspection reports. Failure reports. WSE's Additional information: Pressure Systems This will include all plant and equipment, fixed and mobile, which falls under PSSR 2000 including steam systems, boilers, separators, pressure vessels, safety fittings and refrigeration >25kW. Where plant is covered by a WSE it shall be reviewed at the time of inspection and updated if deemed necessary by the inspector. New equipment or equipment for which there is no WSE & drawing shall be furnished with one as part of the inspection for that item. PUWER This will include Cat-1 high risk machinery, plasma cutters/welders, power presses, guillotines. Including where necessary attached LEV systems. Operation A site based coordinator/planner shall be employed by the service provider to liaise between Compliance Team/workshop managers/end users. Arrangements to conduct inspections to be made directly with workshop managers. KBS Maritime to provide a contact list to facilitate this. A 3 month look ahead of scheduled inspections will be provided by Compliance Team to enable timely scheduling of engineers visits. Inspections shall be completed on or before the scheduled inspection date without exception. Outcomes of Inspections These shall be either; safe for continued operation, 'Category A' defect, 'Category B' defect or 'Category C' defect. Where: Category A defect is a defect likely to cause immediate failure or dangerous occurrence. Category B defect is a defect which requires remediation and re-inspection within a stated timescale to avoid escalation to category A. Category C defect is an observation that remediation will improve the longevity/reliability of the apparatus. Upon declaring a category A defect the engineer will lock off the machine and generate a category A defect report detailing the nature of the defect and that it is not to be used for safety reasons, to be signed by himself and the end user/workshop manager. This to be passed to the Compliance Team no later than close of business for that day. To be followed up with the full inspection report. Category B and C defects shall be reported on the inspection report form and shall be made available to the Compliance Team no later than the next reporting period. Upon completion of repairs a re-inspection will be requested by the Compliance Team and shall be completed within the timescale agreed with them. Inspection reports/certificates are to be provided weekly on the Monday morning following the inspection date. Where an item of plant is found to be unavailable or is not located the Compliance Team are to be notified without delay. The service provider shall respond to urgent requests for inspection within 3 days. The service provider shall operate a client accessible data base to enable access to reports, certificates etc. The service provider is not expected to carry out remedial work nor dispose of or remove items of failed equipment.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-7ed66815-6a59-4fec-947a-751df81ab21d
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5eae446f-d80d-42c6-bbaf-8b450763e742
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71631100 - Machinery-inspection services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Mar 20232 years ago
Submission Deadline
Not specified
Future Notice Date
24 Mar 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
PORTSMOUTH
Postcode
PO1 3NH
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
TLJ South East (England)

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

Further Information

Notice Documents

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-b5fd17-7ed66815-6a59-4fec-947a-751df81ab21d-2023-03-08T14:06:24Z",
    "date": "2023-03-08T14:06:24Z",
    "ocid": "ocds-b5fd17-7ed66815-6a59-4fec-947a-751df81ab21d",
    "language": "en",
    "initiationType": "tender",
    "title": "Supply Chain Notice: Statutory Inspections",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2023-03-24T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/5eae446f-d80d-42c6-bbaf-8b450763e742",
                "datePublished": "2023-03-08T14:06:24Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_358229/1188987",
        "title": "Supply Chain Notice: Statutory Inspections",
        "description": "KBS Maritime is a joint venture between KBR and BAE Systems, bringing together two global players with a rich heritage of delivering excellence, innovation and reliability. The joint venture will combine the expertise of KBR as a global leader in infrastructure asset management and services with BAE Systems' experience and capability within Portsmouth Naval Base. KBS Maritime are delivering an ambitious, modern and enduring change to the Portsmouth Naval base infrastructure, securing investment in the local community and ensuring fit-for-purpose, world-leading fleet support for the Royal Navy HM Naval Base Portsmouth The Contractor shall be expected to adhere by the HMNB site security requirements, all Contractors and Sub-Contractors shall be BPSS security vetted and will be required to hold the relevant site security passes. The Contractor shall be expected to hold the following levels of insurance PS10m Public Liability, PS10m Product Liability, PS5m Professional Indemnity. To carry out statutory inspections in the following categories: LOLER to include lifting accessories, Lifts. LEV. Pressure Systems, to include WSE's. PUWER. All inspections to be in compliance with current regulations and industry best practice, including but not limited to: Health and Safety at Work etc Act 1974. The Management of Health and Safety at Work Regulations 1999. Safe Use of Work Equipment. Provision and Use of Work Equipment Regulations 1998 L22. Lifting Operations and Lifting Equipment Regulations 1998 L113. Pressure Systems Safety Regulations 2000 L122. Controlling Airborne Contaminants at Work HSG258. The Electricity at Work Regulations 1989 HSR25. Control of Substances Hazardous to Health 2002 L5. Inspections apply to all items on the KBS Maritime asset list which will be supplied at ITT. Suitably qualified and experienced staff shall be employed for this contract and shall have received training in Working at Height, Asbestos Awareness, hold an IPAF (or equivalent) certificate, H&S Passport. A training matrix identifying qualifications and experience of all staff shall be provided. Evidence of health & safety, quality and environmental processes/accreditation's to be provided complete with details of any HSE enforcement activities will be requested at ITT. Drafts of the following supporting documents will be requested at ITT for review: A detailed mobilization and implementation plan. RAMS. Standard operating procedures. Inspection reports. Failure reports. WSE's Additional information: Pressure Systems This will include all plant and equipment, fixed and mobile, which falls under PSSR 2000 including steam systems, boilers, separators, pressure vessels, safety fittings and refrigeration >25kW. Where plant is covered by a WSE it shall be reviewed at the time of inspection and updated if deemed necessary by the inspector. New equipment or equipment for which there is no WSE & drawing shall be furnished with one as part of the inspection for that item. PUWER This will include Cat-1 high risk machinery, plasma cutters/welders, power presses, guillotines. Including where necessary attached LEV systems. Operation A site based coordinator/planner shall be employed by the service provider to liaise between Compliance Team/workshop managers/end users. Arrangements to conduct inspections to be made directly with workshop managers. KBS Maritime to provide a contact list to facilitate this. A 3 month look ahead of scheduled inspections will be provided by Compliance Team to enable timely scheduling of engineers visits. Inspections shall be completed on or before the scheduled inspection date without exception. Outcomes of Inspections These shall be either; safe for continued operation, 'Category A' defect, 'Category B' defect or 'Category C' defect. Where: Category A defect is a defect likely to cause immediate failure or dangerous occurrence. Category B defect is a defect which requires remediation and re-inspection within a stated timescale to avoid escalation to category A. Category C defect is an observation that remediation will improve the longevity/reliability of the apparatus. Upon declaring a category A defect the engineer will lock off the machine and generate a category A defect report detailing the nature of the defect and that it is not to be used for safety reasons, to be signed by himself and the end user/workshop manager. This to be passed to the Compliance Team no later than close of business for that day. To be followed up with the full inspection report. Category B and C defects shall be reported on the inspection report form and shall be made available to the Compliance Team no later than the next reporting period. Upon completion of repairs a re-inspection will be requested by the Compliance Team and shall be completed within the timescale agreed with them. Inspection reports/certificates are to be provided weekly on the Monday morning following the inspection date. Where an item of plant is found to be unavailable or is not located the Compliance Team are to be notified without delay. The service provider shall respond to urgent requests for inspection within 3 days. The service provider shall operate a client accessible data base to enable access to reports, certificates etc. The service provider is not expected to carry out remedial work nor dispose of or remove items of failed equipment.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "71631100",
            "description": "Machinery-inspection services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-200799",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Victory Building, Portsmouth Naval Base",
                "locality": "Portsmouth",
                "postalCode": "PO1 3NH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Clare McNeill",
                "email": "tenders@kbsmaritime.com"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-200799",
        "name": "Ministry of Defence"
    }
}