Notice Information
Notice Title
Supply Chain Notice: WAT0122-02 - 3 Basin Level Management System (via 9 Dock)
Notice Description
The Tenderer should be aware that the works detailed in this package are constrained due to the nature of the location they are to be conducted in. Project Background 3 Basin is essential infrastructure to PNB. It contains many berths and docks that harbour naval vessels for upkeep and storage. A solution is required to maintain the operational level of the basin between the set parameters. Currently, the basin is seeing abnormal amounts of leakage through various points throughout its boundaries and as such there is a need to replenish this water. This is currently done by opening up 3 basin to the harbour on sufficient high tides, at great expense in terms on labour, and wear on existing aged infrastructure. The system implicated in the notice will be set up at the head of 9 dock and draw water from there (tidal waters) and discharge into 3 Basin at the nearest convenience. This will be going over a main road way, and as such, any pipes, cables etc will need to be ramped over significantly to allow for current traffic to pass over. Any solution that is designed will need to comply with any environmental regulations due to being placed in/above/around tidal waters. The total discharge capacity of the pumps shall be no less than 1800m3/hr. The solution shall also incorporate a system whereby the level in 3 Basin is monitored and the pumps controlled accordingly. Please see picture attached (fig 1) with orange arrow for proposed location (although not explicit if designs vary) and where the water needs to be moved from and to with the blue arrow. The task will be for a fully managed system including equipment to pump the water, fabricated structure to mount the pump(s) include a ramped roadway for any pipework or wiring and fully integrated into the electrical network with a control panel. This will also include maintenance regime according to manufacturers guidance for at least 1 year post installation and a planned proposal for another 2 years minimum with fees. Additional information: Project location 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. 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. If you are interested in this opportunity, please contact Chris May - at SCWaterfront@kbsmaritime.com to express interest quoting ref EOI - WAT0122-02 - 3 Basin Level Management System (via 9 Dock) Once the notice has closed, suppliers will be invited to Pre-Qualify and/or Invited to Tender. A Non-Disclosure Agreement will also be required, prior to participating in a Pre Qualification and/or Invitation to Tender. Please note KBS publish opportunities via the EU Supply Platform. If you are not already registered, please go to https://uk.eu-supply.com/login.asp?B=UK and click 'New Supplier Registration' and follow the simple and free registering process. Send form to: DefComrclSSM-Suppliers@mod.gov.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-ed58d268-5a56-41f4-afec-1cfc14281710
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/fe5f640f-4139-4a2e-b910-fbab5b3dd1a6
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45317100 - Electrical installation work of pumping equipment
Notice Value(s)
- Tender Value
- £200,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Feb 20241 years ago
- Submission Deadline
- 22 Mar 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 4 Aug 2024 - 13 Dec 2024 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/fe5f640f-4139-4a2e-b910-fbab5b3dd1a6
29th February 2024 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-ed58d268-5a56-41f4-afec-1cfc14281710-2024-02-29T11:48:16Z",
"date": "2024-02-29T11:48:16Z",
"ocid": "ocds-b5fd17-ed58d268-5a56-41f4-afec-1cfc14281710",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_418505/1318776",
"title": "Supply Chain Notice: WAT0122-02 - 3 Basin Level Management System (via 9 Dock)",
"description": "The Tenderer should be aware that the works detailed in this package are constrained due to the nature of the location they are to be conducted in. Project Background 3 Basin is essential infrastructure to PNB. It contains many berths and docks that harbour naval vessels for upkeep and storage. A solution is required to maintain the operational level of the basin between the set parameters. Currently, the basin is seeing abnormal amounts of leakage through various points throughout its boundaries and as such there is a need to replenish this water. This is currently done by opening up 3 basin to the harbour on sufficient high tides, at great expense in terms on labour, and wear on existing aged infrastructure. The system implicated in the notice will be set up at the head of 9 dock and draw water from there (tidal waters) and discharge into 3 Basin at the nearest convenience. This will be going over a main road way, and as such, any pipes, cables etc will need to be ramped over significantly to allow for current traffic to pass over. Any solution that is designed will need to comply with any environmental regulations due to being placed in/above/around tidal waters. The total discharge capacity of the pumps shall be no less than 1800m3/hr. The solution shall also incorporate a system whereby the level in 3 Basin is monitored and the pumps controlled accordingly. Please see picture attached (fig 1) with orange arrow for proposed location (although not explicit if designs vary) and where the water needs to be moved from and to with the blue arrow. The task will be for a fully managed system including equipment to pump the water, fabricated structure to mount the pump(s) include a ramped roadway for any pipework or wiring and fully integrated into the electrical network with a control panel. This will also include maintenance regime according to manufacturers guidance for at least 1 year post installation and a planned proposal for another 2 years minimum with fees. Additional information: Project location 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. 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. If you are interested in this opportunity, please contact Chris May - at SCWaterfront@kbsmaritime.com to express interest quoting ref EOI - WAT0122-02 - 3 Basin Level Management System (via 9 Dock) Once the notice has closed, suppliers will be invited to Pre-Qualify and/or Invited to Tender. A Non-Disclosure Agreement will also be required, prior to participating in a Pre Qualification and/or Invitation to Tender. Please note KBS publish opportunities via the EU Supply Platform. If you are not already registered, please go to https://uk.eu-supply.com/login.asp?B=UK and click 'New Supplier Registration' and follow the simple and free registering process. Send form to: DefComrclSSM-Suppliers@mod.gov.uk",
"datePublished": "2024-02-29T11:34:52Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45317100",
"description": "Electrical installation work of pumping equipment"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "PO1 3LS"
},
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"postalCode": "PO1 3LS"
},
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"postalCode": "PO1 3LS"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 200000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2024-03-22T23:59:00Z"
},
"contractPeriod": {
"startDate": "2024-08-05T00:00:00+01:00",
"endDate": "2024-12-13T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/fe5f640f-4139-4a2e-b910-fbab5b3dd1a6",
"datePublished": "2024-02-29T11:34:52Z",
"format": "text/html",
"language": "en",
"dateModified": "2024-02-29T11:48:16Z"
},
{
"id": "2",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/eb00f890-64a8-4a91-9d85-b39315fb98c9",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
]
},
"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": "Chris May",
"email": "SCWaterfront@kbsmaritime.com"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-200799",
"name": "Ministry of Defence"
}
}