Tender

Demolition of Existing Structures and Construction of Seismically Compliant Service Families Accommodation (SFA) in RAF Akrotiri, Cyprus

DIO COMMERCIAL

This public procurement record has 1 release in its history.

Tender

11 Feb 2021 at 16:32

Summary of the contracting process

The DIO Commercial is seeking tenders for the demolition of existing structures and the construction of seismically compliant service families accommodation (SFA) at RAF Akrotiri, Cyprus. This project falls within the construction industry, specifically classified under building construction work. The tender is currently active, with the submission deadline set for the 15th of March 2021. Interested suppliers must register on the appropriate procurement platform and will be evaluated based on specific criteria outlined in the Pre-Qualification Questionnaire (PQQ). The procurement method employed is selective and intended for works contracts.

This tender presents significant growth opportunities for businesses specialising in construction, particularly those with experience in building residential and specialised accommodation. Small and medium enterprises (SMEs) will find this process beneficial, as the contracting authority is keen on engaging qualified operators, especially those capable of ensuring compliance with security regulations and demonstrating financial stability. Companies with proven experience in similar projects and an ability to provide suitably qualified personnel will be well-positioned to compete effectively in this tendering process.

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

Demolition of Existing Structures and Construction of Seismically Compliant Service Families Accommodation (SFA) in RAF Akrotiri, Cyprus

Notice Description

Building construction work. Demolition of existing structures and Construction of new Seismically Compliant SFA at RAF Akrotiri, WSBA, Cyprus. Quantity or scope: A number of SFA built on one site with an estimated value excluding VAT:

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029274
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002829-2021
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
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45210000 - Building construction work

Notice Value(s)

Tender Value
£12,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Feb 20215 years ago
Submission Deadline
15 Mar 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
DIO COMMERCIAL
Contact Name
DIO Overseas Commercial Team
Contact Email
diocomrcl-ocf@mod.gov.uk
Contact Phone
+44 1412248307

Buyer Location

Locality
GLASGOW
Postcode
G2 8EX
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

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-029274-2021-02-11T16:32:02Z",
    "date": "2021-02-11T16:32:02Z",
    "ocid": "ocds-h6vhtk-029274",
    "description": "A) 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. B) The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low, Reference -RAR JKXW267Y. At ITT stage any down selected suppliers will be required to complete the cyber risk assessment and obtain the correct cyber security, where cyber essentials is required. This is the link to the 'Cyber Supplier Assurance' compliance questionnaire online tool: www.gov.uk/government/collections/defence-cyber-protection-partnership or https://suppliercyberprotection.service.xgov.uk C) It is envisaged that an online industry day will be held for the down selected Potential Providers (PP'S) after the Pre-Qualification Questionnaire (PQQ) process. D) The Buyer is supported by external service providers. These companies are regarded as integral data and tenderer information. The buyer reserves the right to engage from time to time with other external advisers as it considers necessary. The advisers currently appointed are: Ramboll (UK) Ltd. E) Due to the current Covid-19 restrictions a site visit will not be applicable. The Authority will aim to complete a virtual site visit. More details will be provided to the down selected PP's. The Authority will be monitoring the Covid-19 restrictions and will keep the down selected PP's up to date with any changes. F) Security checks will be completed for the down selected PP's only. Depending on the classifications of the tender documents if the PP's does not already hold clearance, then Baseline Personnel Security Standard (BPSS) would need to be obtained to receive tender documents. With Security Check Clearance required to undertake work on the contract. Further details will be provided to the down selected PP's. Copies of the BPSS application form are provided in the supporting documents to show PP's the information required. G) All down selected PP's must be willing to sign the Official Secrets Act, a copy is attached to supporting information. H) For the PPQ some questions require an uploaded document but may not require a response. Please use the support document no response for any PPQ response that requires no response. 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.dcocontracts.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: FY4EKT8B4U. 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@dcocontracts.mod.uk or Telephone 0800 282 324. GO Reference: GO-2021211-DCB-17776602",
    "initiationType": "tender",
    "tender": {
        "id": "DIOCB1/246",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Demolition of Existing Structures and Construction of Seismically Compliant Service Families Accommodation (SFA) in RAF Akrotiri, Cyprus",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45210000",
            "description": "Building construction work"
        },
        "mainProcurementCategory": "works",
        "additionalClassifications": [
            {
                "scheme": "TED_TYPE_WORK_CONTRACT",
                "id": "EXECUTION",
                "description": "Execution"
            }
        ],
        "description": "Building construction work. Demolition of existing structures and Construction of new Seismically Compliant SFA at RAF Akrotiri, WSBA, Cyprus. Quantity or scope: A number of SFA built on one site with an estimated value excluding VAT:",
        "value": {
            "currency": "EUR",
            "amount": 12000000
        },
        "minValue": {
            "amount": 7000000,
            "currency": "EUR"
        },
        "hasOptions": false,
        "hasRenewal": false,
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow City"
                }
            }
        ],
        "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. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract. The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "Parent Company Guarantees will be required if applicable.",
            "languages": [
                "en"
            ]
        },
        "communication": {
            "documentAvailabilityPeriod": {
                "endDate": "2021-02-26T10:00:00Z"
            }
        },
        "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "(a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established (c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract. Economic and Financial standing will be assessed by the use of a Pre-Qualification Questionnaire (PQQ).",
                    "minimum": "Economic and Financial standing will be assessed at PQQ. Further information can be found in the PQQ and supporting guidance documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Economic and Financial standing will be assessed at PQQ.",
                    "minimum": "Economic and Financial standing will be assessed at PQQ.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability (b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i)the value of the consideration received; (ii)when and where the work or works were carried out; and (iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed (c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided (d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator (e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property (g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract (h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract (j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract (l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority (m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority (n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification (o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i) This information will be sought through the formal PQQ and an ITT.",
                    "minimum": "This information will be sought through the formal PQQ and an ITT.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This information will be sought through the formal PQQ and an ITT.",
                    "minimum": "This information will be sought through the formal PQQ and an ITT.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "Envisaged minimum number 3 and maximum number 6 will be taken through to ITT. The assessment criteria is set out within PQQ PAS 91 which respondents will be asked to complete subsequently in order to potentially down select to the maximum number of companies required to be invited to tender with the Authority. The questions within the PQQ will be evaluated as either Pass/Fail, Yes/No or a Scored Evaluation: (a) PASS/FAIL Evaluation. A number of PASS/FAIL questions each of which must be passed by the Potential Provider in order to progress (except where the Authority has discretion not to fail the Potential Provider). Where evidence has been requested to support a PASS/FAIL question this should be of an acceptable standard. (b) YES/NO Evaluation. A number of YES/NO questions each of which requires information to be provided by the Potential Provider in order to progress. Where evidence has been requested to support a YES/NO question this should be of an acceptable standard. (c) Scored Evaluation. An assessment through a Scoring methodology, by Subject Matter Experts (SMEs), of the responses and supporting evidence provided by a Potential Provider to each question with a range of criteria. The Authority may require Potential Providers to demonstrate a minimum capability in certain areas. The evaluation criteria for each question is detailed within the supporting documents of the PQQ. Potential Providers are to note that where a PASS/FAIL question allows the Authority the discretion to PASS/FAIL, then the Authority will exercise its discretion in determining the exclusion or not of a Potential Provider. Please Note that a some scored questions require the potential provider meet a minimum score. Failure to obtain a score in any question will result in the potential providers failure to meet the minimum requirements of the PQQ and therefore their submission will be deemed to have failed. For details of the minimum scores please see supporting document."
        },
        "contractTerms": {
            "otherTerms": "The potential Provider must be able to provide appropriate Security Clearance Suitably Qualified Experienced Personnel (SQEP) for key managerial, project, security management, and other roles requiring UK Government Security Clearances. Please provide evidence that you currently have Security Cleared SQEPs or can provide those willing to undergo the clearance process.",
            "financialTerms": "Parent Company Guarantees will be required if applicable.",
            "tendererLegalForm": "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. The information sought within the PQQ must be provided for each of the consortium's constituent members, gathered together in a single response."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 3,
            "maximumCandidates": 6
        },
        "tenderPeriod": {
            "endDate": "2021-03-15T10:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-5378",
            "name": "DIO Commercial",
            "identifier": {
                "legalName": "DIO Commercial"
            },
            "address": {
                "streetAddress": "Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO), Kentigern House, Room 1202-1221, 65 Brown Street",
                "locality": "Glasgow",
                "postalCode": "G2 8EX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "DIO Overseas Commercial Team",
                "telephone": "+44 1412248307",
                "email": "DIOComrcl-OCF@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk",
                "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"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-5379",
            "name": "DIO Commercial Overseas Projects",
            "identifier": {
                "legalName": "DIO Commercial Overseas Projects"
            },
            "address": {
                "streetAddress": "MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street",
                "locality": "Glasgow",
                "postalCode": "G2 8EX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412248307",
                "email": "DIOCOMRCL-OCF@MOD.GOV.UK"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "additionalContactPoints": [
                {
                    "email": "DIOCOMRCL-OCF@MOD.GOV.UK"
                }
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5378",
        "name": "DIO Commercial"
    },
    "language": "en"
}