Tender

MSS/101: Waste Management Equipment Support

MINISTRY OF DEFENCE, SHIPS, OTHER

This public procurement record has 1 release in its history.

Tender

15 Jan 2021 at 12:32

Summary of the contracting process

The Ministry of Defence, specifically the Ships Division, is currently conducting a procurement process for the contract titled "MSS/101: Waste Management Equipment Support". This falls under the industry category of marine equipment services, with a focus on repair, maintenance, and associated services for waste management systems aboard Royal Navy vessels. The procurement method is selective and negotiated, with a tender period that closes on 26 February 2021. Interested suppliers must ensure their responses are submitted by the deadline to be considered for this contract, which has an estimated value of £35 million and includes the potential for additional options regarding the support of further vessels.

This tender presents substantial opportunities for small or medium enterprises (SMEs) as it specifically mentions their suitability for the contract. Businesses specialising in marine equipment repair, maintenance services, and those with experience in providing spare parts and technical support would be particularly well-positioned to participate. Companies that can demonstrate relevant technical capability and a strong understanding of the Defence and Security Public Contracting Regulations may find this an advantageous opportunity to expand their engagement with government contracts and increase their market presence within the defence sector.

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

MSS/101: Waste Management Equipment Support

Notice Description

Repair, maintenance and associated services related to marine and other equipment. Marine equipment. The Marine Systems Support team within Defence Equipment and Support, which is part of the UK Ministry of Defence, is looking for a supplier for the provision of spares, repairs and post design & technical services for the following Waste Management Equipment Master Equipment Groupings aboard in-service Royal Navy surface ships and submarines: a. Garbage Processing Plant, Plastic Processing Plant b. Shredder/Compactor c. Sewage Treatment/Holding Plants d. Membrane Bio-Reactor (MBR) e. Oily Water Separator The Contract will be awarded in accordance with the Defence and Security Public Contracting Regulations (DSPCR) 2011 as applicable. Interested bidders are invited to provide a response to the Dynamic Pre-Qualification Questionnaire for this requirement. Quantity or scope: One (1) contract will be awarded to cover the scope of the requirement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-028aae
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000856-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

50 - Repair and maintenance services


CPV Codes

34930000 - Marine equipment

50240000 - Repair, maintenance and associated services related to marine and other equipment

Notice Value(s)

Tender Value
£35,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Jan 20215 years ago
Submission Deadline
26 Feb 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
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, SHIPS, OTHER
Contact Name
Daniel Orchard
Contact Email
daniel.orchard101@mod.gov.uk
Contact Phone
+44 3001638732

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
TLK11 Bristol, City of

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-h6vhtk-028aae-2021-01-15T12:32:02Z",
    "date": "2021-01-15T12:32:02Z",
    "ocid": "ocds-h6vhtk-028aae",
    "description": "The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.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 instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions 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. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on http://www.dcocontracts.mod.uk. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following Access Code: 8846V8N77B. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324. GO Reference: GO-2021115-DCB-17649227",
    "initiationType": "tender",
    "tender": {
        "id": "MSS/101: Waste Management Equipment Support",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "MSS/101: Waste Management Equipment Support",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50240000",
            "description": "Repair, maintenance and associated services related to marine and other equipment"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "34930000",
                "description": "Marine equipment"
            },
            {
                "scheme": "CPVS",
                "id": "34930000-DA44",
                "description": "Spare parts"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "1",
                "description": "Maintenance and repair services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "Repair, maintenance and associated services related to marine and other equipment. Marine equipment. The Marine Systems Support team within Defence Equipment and Support, which is part of the UK Ministry of Defence, is looking for a supplier for the provision of spares, repairs and post design & technical services for the following Waste Management Equipment Master Equipment Groupings aboard in-service Royal Navy surface ships and submarines: a. Garbage Processing Plant, Plastic Processing Plant b. Shredder/Compactor c. Sewage Treatment/Holding Plants d. Membrane Bio-Reactor (MBR) e. Oily Water Separator The Contract will be awarded in accordance with the Defence and Security Public Contracting Regulations (DSPCR) 2011 as applicable. Interested bidders are invited to provide a response to the Dynamic Pre-Qualification Questionnaire for this requirement. Quantity or scope: One (1) contract will be awarded to cover the scope of the requirement.",
        "value": {
            "amount": 35000000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "The contract will include two (2) options: - To increase the number of Astute-class Submarines supported by MSS/101 from three (3) to seven (7); and - To add the waste management equipment fitted on Type 45 Destroyers and Queen Elizabeth-class Aircraft Carriers (and any associated Master Equipment Groupings) to the scope of MSS/101. Further detail on this shall be included within the Invitation to Negotiate (ITN)."
        },
        "hasRenewal": false,
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKK11"
                    }
                ],
                "deliveryLocation": {
                    "description": "Bristol, City of"
                }
            }
        ],
        "subcontracting": {
            "description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "A Bank Guarantee may be required.",
            "languages": [
                "en"
            ]
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender. A full list of the Regulation 23(1) and 23(2) criteria are at http://www.dcocontracts.mod.uk/delta/project/reasonsForExclusion.html#dspr Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority. A Statement of Good Standing will be required at DPQQ stage.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This information may be sought through the attached Dynamic Pre-Qualification Questionnaire (DPQQ) and Contract Notice Supporting Information Document.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ],
            "description": "The six (6) candidates who receive the highest technical scores, to 2 decimal places and who have not been excluded from the next stage of the competition due to being deemed \"Non-Compliant\" (as detailed within the Contract Notice Supporting Information Document) will be taken forward to the Invitation to Tender Stage."
        },
        "contractTerms": {
            "otherTerms": "The Authority reserves the right to amend any condition related to the 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. CONDO will apply to this contract.",
            "financialTerms": "Payment will follow the Delivery and Acceptance of the Goods or Services via the Authority's Contracting, Purchasing and Finance (CP&F) tool.",
            "tendererLegalForm": "If a group of economic operators submit 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."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated",
        "secondStage": {
            "minimumCandidates": 3,
            "maximumCandidates": 6,
            "invitationDate": "2021-05-21T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2021-02-26T17:00:00Z"
        },
        "hasRecurrence": false,
        "milestones": [
            {
                "id": "1",
                "type": "securityClearanceDeadline",
                "dueDate": "2022-04-01"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-1827",
            "name": "Ministry of Defence, Ships, Other",
            "identifier": {
                "legalName": "Ministry of Defence, Ships, Other"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood South, Birch 3c, #3331",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Daniel Orchard",
                "telephone": "+44 3001638732",
                "email": "Daniel.Orchard101@mod.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1827",
        "name": "Ministry of Defence, Ships, Other"
    },
    "language": "en"
}