Notice Information
Notice Title
NATO Submarine Rescue System Third In-Service Support Period
Notice Description
The Ministry of Defence (MOD) Submarine Delivery Agency (SDA) has a potential requirement for the provision of a Government Owned Contractor Operated service to ensure continued availability and capability of the NATO Submarine Rescue System (NSRS) from mid-2023. NSRS is a tri-national project established in 2003 to deliver a submarine rescue capability to the United Kingdom (UK), France and Norway (collectively known as the Participant Nations). The SDA acting on behalf of the UK, operates as the designated lead nation responsible for the commercial arrangements under which NSRS is delivered. NSRS is a world leading capability for Submarine Rescue and the next phase of this project (known as the Third In-Service Support project or 3ISS) offers an exciting opportunity for potential suppliers to operate and maintain a worldwide, continuously available and sustainable submarine rescue capability, supporting the Participant Nations and wider NATO community. NSRS is comprised of three overarching systems: a) Intervention - Independent Remote Operated Vehicle (IROV) and supporting equipment which provides the capability to search, examine and deliver vital emergency supplies to enable rescue; b) Rescue - Submarine Rescue Vehicle (SRV) and supporting equipment used to dock and enact escape from a distressed submarine, launched from a Mothership (MOSHIP) using a Portable Launch and Recovery System; and c) Transfer Under Pressure System (TUP) - A decompression chamber located on-board the deck of a MOSHIP and used to bring rescued crew back to the correct atmospheric pressure. The scope of the 3ISS requirement is expected to include, but not be limited to: a) Provision of project and programme management to oversee the management and maintain capability and availability of the system (rescue readiness); b) Provision of a complete contractor operated service; c) Continuous maintenance and support of NSRS assets and systems; d) Mobilisation and conducting NSRS training exercises; e) Obsolescence management; and f) Spares management. 3ISS is expected to be operate across a 9-year term from mid-2023 to align with both the end of the existing Memorandum of Understanding between the Partner Nations and the current NSRS out-of-service date. This procurement is subject to the Defence Security & Public Contract Regulations 2011 and will operate against the Competitive Negotiated procedure. Suppliers who wish to express an interest must do so by completing and returning a Dynamic Pre-Qualification Questionnaire (DPQQ) via the Defence Sourcing Portal (DSP). The searchable Project Code is 60992378. In order to qualify at the supplier selection stage, Suppliers will need to meet the minimum standards set out in the DPQQ, namely: a) that you will not be subject to any of the exclusionary criteria set out under Regulation 23 unless the Authority is satisfied that the provisions of Regulation 23(2) can apply; b) that you will be able to meet the economic and financial standing requirements; c) that you will be able to meet the technical and professional ability requirements.; and d) for the scored section criteria which is scored between 0 (low score) and 5 (high score) that a minimum pass mark of 33 is achieved with each question scoring not less than a 2. You must not take this announcement to mean confirmation that MOD shall award a contract for this requirement. The MOD is publishing this announcement without any commitment to issue a tender or place a contract. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers. Announcements may also be published on the Defence Sourcing Portal (DSP), Contracts Finder or the Official Journal of the European Union (OJEU), as appropriate.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029823
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010348-2021
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning 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
75 - Administration, defence and social security services
-
- CPV Codes
75252000 - Rescue services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 May 20214 years ago
- Submission Deadline
- 11 Jun 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE (SDA ISM COMMERCIAL)
- Contact Name
- Phil Mortimore, attn: Phil Mortimore
- Contact Email
- philip.mortimore100@mod.gov.uk
- Contact Phone
- +44 3001631731
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
Further Information
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-h6vhtk-029823-2021-05-11T22:55:07+01:00",
"date": "2021-05-11T22:55:07+01:00",
"ocid": "ocds-h6vhtk-029823",
"description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
"initiationType": "tender",
"tender": {
"id": "SDA/701555382",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "NATO Submarine Rescue System Third In-Service Support Period",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "75252000",
"description": "Rescue services"
},
"mainProcurementCategory": "services",
"additionalClassifications": [
{
"scheme": "TED_SERVICE_CATEGORY_DEFENCE",
"id": "3",
"description": "Defence services, military defence services and civil defence services"
}
],
"description": "The Ministry of Defence (MOD) Submarine Delivery Agency (SDA) has a potential requirement for the provision of a Government Owned Contractor Operated service to ensure continued availability and capability of the NATO Submarine Rescue System (NSRS) from mid-2023. NSRS is a tri-national project established in 2003 to deliver a submarine rescue capability to the United Kingdom (UK), France and Norway (collectively known as the Participant Nations). The SDA acting on behalf of the UK, operates as the designated lead nation responsible for the commercial arrangements under which NSRS is delivered. NSRS is a world leading capability for Submarine Rescue and the next phase of this project (known as the Third In-Service Support project or 3ISS) offers an exciting opportunity for potential suppliers to operate and maintain a worldwide, continuously available and sustainable submarine rescue capability, supporting the Participant Nations and wider NATO community. NSRS is comprised of three overarching systems: a) Intervention - Independent Remote Operated Vehicle (IROV) and supporting equipment which provides the capability to search, examine and deliver vital emergency supplies to enable rescue; b) Rescue - Submarine Rescue Vehicle (SRV) and supporting equipment used to dock and enact escape from a distressed submarine, launched from a Mothership (MOSHIP) using a Portable Launch and Recovery System; and c) Transfer Under Pressure System (TUP) - A decompression chamber located on-board the deck of a MOSHIP and used to bring rescued crew back to the correct atmospheric pressure. The scope of the 3ISS requirement is expected to include, but not be limited to: a) Provision of project and programme management to oversee the management and maintain capability and availability of the system (rescue readiness); b) Provision of a complete contractor operated service; c) Continuous maintenance and support of NSRS assets and systems; d) Mobilisation and conducting NSRS training exercises; e) Obsolescence management; and f) Spares management. 3ISS is expected to be operate across a 9-year term from mid-2023 to align with both the end of the existing Memorandum of Understanding between the Partner Nations and the current NSRS out-of-service date. This procurement is subject to the Defence Security & Public Contract Regulations 2011 and will operate against the Competitive Negotiated procedure. Suppliers who wish to express an interest must do so by completing and returning a Dynamic Pre-Qualification Questionnaire (DPQQ) via the Defence Sourcing Portal (DSP). The searchable Project Code is 60992378. In order to qualify at the supplier selection stage, Suppliers will need to meet the minimum standards set out in the DPQQ, namely: a) that you will not be subject to any of the exclusionary criteria set out under Regulation 23 unless the Authority is satisfied that the provisions of Regulation 23(2) can apply; b) that you will be able to meet the economic and financial standing requirements; c) that you will be able to meet the technical and professional ability requirements.; and d) for the scored section criteria which is scored between 0 (low score) and 5 (high score) that a minimum pass mark of 33 is achieved with each question scoring not less than a 2. You must not take this announcement to mean confirmation that MOD shall award a contract for this requirement. The MOD is publishing this announcement without any commitment to issue a tender or place a contract. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers. Announcements may also be published on the Defence Sourcing Portal (DSP), Contracts Finder or the Official Journal of the European Union (OJEU), as appropriate.",
"contractPeriod": {
"durationInDays": 3240
},
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
]
}
],
"communication": {
"documentAvailabilityPeriod": {
"endDate": "2021-06-04T23:59:00+01:00"
}
},
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As set out in the DPQQ 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
"appliesTo": [
"supplier"
]
},
{
"type": "suitability",
"description": "1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "economic",
"description": "As set out in the DPQQ",
"minimum": "As set out in the DPQQ",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As set out in the DPQQ",
"minimum": "As set out in the DPQQ",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated",
"tenderPeriod": {
"endDate": "2021-06-11T23:59:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
}
},
"parties": [
{
"id": "GB-FTS-7453",
"name": "Ministry of Defence (SDA ISM Commercial)",
"identifier": {
"legalName": "Ministry of Defence (SDA ISM Commercial)"
},
"address": {
"streetAddress": "MOD Abbey Wood, Ash 1A, #3112",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Phil Mortimore, attn: Phil Mortimore",
"telephone": "+44 3001631731",
"email": "Philip.Mortimore100@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"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-7453",
"name": "Ministry of Defence (SDA ISM Commercial)"
},
"language": "en"
}