Notice Information
Notice Title
Boats/0007 Maritime Overseer Support (MOS) For Boats and Royal Fleet Auxiliary (RFA)
Notice Description
The Ministry of Defence (MOD) Boats Team and Royal Fleet Auxiliary Cluster Support Team require a framework agreement to provide Overseer Support (OS). Boats Acquisition Requirement - The current Acquisition programme will deliver 7 classes of boats over the next 5 years which will require an overseer for either build, upkeep or both. They are all in various stages of manufacture, built by different UK-based boat builders. Boats In Service Support Requirement - There is a Boats In Service Support (BISS) contract in place to provide in service support for all classes of boats not included in the Boats Acquisition Requirement, which will require an overseer for upkeep. This contract is divided into 11 Lots. The locations of these Lots can be broken down to UK North East, UK North West, UK South and Gibraltar. Ideally there will be separate overseers covering UK North East, UK North West and UK South. Quantity or scope: The Boats team are responsible for managing In-Service and new Acquisition programmes for the following vessels: * Static Training Vessels * Small Boats Flotilla * Provision of overseeing services for programmed builds upkeeps/refits and repairs for vessels which could include, but would not be limited to: * P2000 (Archer Class) Boats - HM Ships Archer, Biter, Blazer, Charger, Dasher, Example, Exploit, Explorer, Express, Pursuer, Puncher, Raider, Ranger, Smiter, Tracker, Trumpeter * Fast Patrol Vessels (FPV) HM Ships Sabre and Scimitar * Patrol Vessels Sir Cecil Smith and Sir Evan Gibb * Training Ships HMS Bristol, Sir Tristram, Brecon and Hindostan * Maritime Interdiction (MI) Craft. * Vahana Workboat * Royal Navy Patrol Launch (RNPL) * Other boats, less than 50 metres in length, principally Rigid Inflatable Boats (RIBs), Work Boats, Training Yachts and Police Launches. The RFA CST is responsible for managing In-Service and Upkeep requirements for vessels which could include, but would not be limited to: * RFA Wave Class - RFA Wave Knight and RFA Wave Ruler * RFA Tide Class - RFA Tidespring, RFA Tiderace, RFA Tidesurge and RFA Tideforce * RFA Fort Victoria The Contractor shall provide the following upkeep management services to the RFA and Platform Authority on a tasking basis to include the provision of expert knowledge and overseeing services for programmed upkeeps/refits and repairs for the aforementioned vessels. 1.1 Attending in service ships to carry out Pre-upkeep Materiel Assessments (PUMA) and standing by Northern Cluster RFA ships in Upkeep, to provide quality assurance and implementation of specific Military design changes and modifications in accordance with the specifications and regulations. Items include: - 1.1.1 Magazines/Magazine Cargo Holds and related protection and safety systems, e.g. stowage arrangements, lighting, Heating Ventilation and Air Conditioning (HVAC), Rapid Reaction Spray System (RRSS), security, alarms, tallied instructions/warnings, etc. 1.1.2 Magazines, Ammunition Lockers and Weapons Stowages. 1.1.3 Ammunition Routes, e.g. mobilising explosives/ammunition between Magazine and point of use. 1.1.4 Liaising with attending Capability Team members responsible for the Naval Authority Certification. 1.2 Providing Materiel assessment of Weapon installations (pre, during and after Upkeep). 1.3 Providing Materiel assessment of Aviation Facilities (pre, during and after Upkeep), including but not limited to: - 1.4 Flight Deck & Hangar condition of fixtures, fittings and coatings, aircraft securing/lashing and refuelling arrangements. 1.5 Safety nets, lighting, aircraft starting facilities. 1.6 Writing PUMA (Pre-Upkeep Materiel Assessment) defect reports - raising Work Request Forms (WRF's). 1.7 Assisting Technical Superintendents with Upkeep Specification planning. 1.8 Overseeing the implementation of all Type A and B S1182s, including: - 1.9 Attending the Line-out presentation by the Contractor with or on behalf of the Capability Team member. 1.10 Oversee the work in progress. 1.11 Provide quality assurance and expert advice to ensure that the S1182 specification requirements have been met when presented at the Final Inspection on behalf of the Platform Authority. 1.12 Assist the Capability Team area and the Technical Superintendent with Technical Queries raised by the Contractor that require Platform Authority support and response. 1.13 Liaise with MOD inspection authorities e.g. Maritime Commissioning and Testing Authority (MCTA) and Fleet Aviation when arranging the following inspections: Pre-embarkation Inspection (PEIM), Weapon systems II, IT and Pre-HAT Air/HAT Air. Liaising with Capability Team members responsible for the Naval Authority Certification. 1.14 Hosting outside inspecting authorities and chairing "Take-on" and "Wash-up" meetings. 1.15 Assisting the Technical Superintendents with After Action Reviews for designated ships departing periods of Upkeep. The scope of this requirement includes two, one year options to extend which are currently unfunded.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02ab66
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009205-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50241000 - Repair and maintenance services of ships
50244000 - Reconditioning services of ships or boats
Notice Value(s)
- Tender Value
- £6,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Apr 20214 years ago
- Submission Deadline
- 28 May 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
- Contact Name
- Helen Davey, attn: Davey Helen
- Contact Email
- helen.davey101@mod.gov.uk
- Contact Phone
- Not specified
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-02ab66-2021-04-28T22:55:03+01:00",
"date": "2021-04-28T22:55:03+01:00",
"ocid": "ocds-h6vhtk-02ab66",
"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": "701549432",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Boats/0007 Maritime Overseer Support (MOS) For Boats and Royal Fleet Auxiliary (RFA)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50241000",
"description": "Repair and maintenance services of ships"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50244000",
"description": "Reconditioning services of ships or boats"
},
{
"scheme": "TED_SERVICE_CATEGORY_DEFENCE",
"id": "3",
"description": "Defence services, military defence services and civil defence services"
}
],
"mainProcurementCategory": "services",
"description": "The Ministry of Defence (MOD) Boats Team and Royal Fleet Auxiliary Cluster Support Team require a framework agreement to provide Overseer Support (OS). Boats Acquisition Requirement - The current Acquisition programme will deliver 7 classes of boats over the next 5 years which will require an overseer for either build, upkeep or both. They are all in various stages of manufacture, built by different UK-based boat builders. Boats In Service Support Requirement - There is a Boats In Service Support (BISS) contract in place to provide in service support for all classes of boats not included in the Boats Acquisition Requirement, which will require an overseer for upkeep. This contract is divided into 11 Lots. The locations of these Lots can be broken down to UK North East, UK North West, UK South and Gibraltar. Ideally there will be separate overseers covering UK North East, UK North West and UK South. Quantity or scope: The Boats team are responsible for managing In-Service and new Acquisition programmes for the following vessels: * Static Training Vessels * Small Boats Flotilla * Provision of overseeing services for programmed builds upkeeps/refits and repairs for vessels which could include, but would not be limited to: * P2000 (Archer Class) Boats - HM Ships Archer, Biter, Blazer, Charger, Dasher, Example, Exploit, Explorer, Express, Pursuer, Puncher, Raider, Ranger, Smiter, Tracker, Trumpeter * Fast Patrol Vessels (FPV) HM Ships Sabre and Scimitar * Patrol Vessels Sir Cecil Smith and Sir Evan Gibb * Training Ships HMS Bristol, Sir Tristram, Brecon and Hindostan * Maritime Interdiction (MI) Craft. * Vahana Workboat * Royal Navy Patrol Launch (RNPL) * Other boats, less than 50 metres in length, principally Rigid Inflatable Boats (RIBs), Work Boats, Training Yachts and Police Launches. The RFA CST is responsible for managing In-Service and Upkeep requirements for vessels which could include, but would not be limited to: * RFA Wave Class - RFA Wave Knight and RFA Wave Ruler * RFA Tide Class - RFA Tidespring, RFA Tiderace, RFA Tidesurge and RFA Tideforce * RFA Fort Victoria The Contractor shall provide the following upkeep management services to the RFA and Platform Authority on a tasking basis to include the provision of expert knowledge and overseeing services for programmed upkeeps/refits and repairs for the aforementioned vessels. 1.1 Attending in service ships to carry out Pre-upkeep Materiel Assessments (PUMA) and standing by Northern Cluster RFA ships in Upkeep, to provide quality assurance and implementation of specific Military design changes and modifications in accordance with the specifications and regulations. Items include: - 1.1.1 Magazines/Magazine Cargo Holds and related protection and safety systems, e.g. stowage arrangements, lighting, Heating Ventilation and Air Conditioning (HVAC), Rapid Reaction Spray System (RRSS), security, alarms, tallied instructions/warnings, etc. 1.1.2 Magazines, Ammunition Lockers and Weapons Stowages. 1.1.3 Ammunition Routes, e.g. mobilising explosives/ammunition between Magazine and point of use. 1.1.4 Liaising with attending Capability Team members responsible for the Naval Authority Certification. 1.2 Providing Materiel assessment of Weapon installations (pre, during and after Upkeep). 1.3 Providing Materiel assessment of Aviation Facilities (pre, during and after Upkeep), including but not limited to: - 1.4 Flight Deck & Hangar condition of fixtures, fittings and coatings, aircraft securing/lashing and refuelling arrangements. 1.5 Safety nets, lighting, aircraft starting facilities. 1.6 Writing PUMA (Pre-Upkeep Materiel Assessment) defect reports - raising Work Request Forms (WRF's). 1.7 Assisting Technical Superintendents with Upkeep Specification planning. 1.8 Overseeing the implementation of all Type A and B S1182s, including: - 1.9 Attending the Line-out presentation by the Contractor with or on behalf of the Capability Team member. 1.10 Oversee the work in progress. 1.11 Provide quality assurance and expert advice to ensure that the S1182 specification requirements have been met when presented at the Final Inspection on behalf of the Platform Authority. 1.12 Assist the Capability Team area and the Technical Superintendent with Technical Queries raised by the Contractor that require Platform Authority support and response. 1.13 Liaise with MOD inspection authorities e.g. Maritime Commissioning and Testing Authority (MCTA) and Fleet Aviation when arranging the following inspections: Pre-embarkation Inspection (PEIM), Weapon systems II, IT and Pre-HAT Air/HAT Air. Liaising with Capability Team members responsible for the Naval Authority Certification. 1.14 Hosting outside inspecting authorities and chairing \"Take-on\" and \"Wash-up\" meetings. 1.15 Assisting the Technical Superintendents with After Action Reviews for designated ships departing periods of Upkeep. The scope of this requirement includes two, one year options to extend which are currently unfunded.",
"value": {
"currency": "GBP",
"amount": 6000000
},
"minValue": {
"amount": 2000000,
"currency": "GBP"
},
"hasOptions": true,
"options": {
"description": "The scope of this requirement includes two, one year options to extend which are currently unfunded."
},
"contractPeriod": {
"durationInDays": 2520
},
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "United Kingdom and Gibraltar (British Overseas Territory)"
}
}
],
"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."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"depositsGuarantees": "An indemnity, guarantee or bank bond may be required to support the contract The Authority reserves the right to ask for an indemnity, (parent company) guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.",
"languages": [
"en"
]
},
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Suppliers Instructions How to Express Interest in this Tender: 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": "Suppliers Instructions How to Express Interest in this Tender: 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": "Two Years Audited Accounts will be required as part of any PQQ response. The estimated annual contract value for Boats Inservice, Acquisition and RFA is PS800,000 If the estimated annual contract value is greater than \"40%\" of the supplier's turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include: (1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and (2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond. A financial assessment that is proportionate to the proposed contract will be undertaken on the supplier's financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company, where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process. A Statement of Good Standing will be required as part of the Pre-Qualification Questionnaire response.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Sought through Pre-Qualification Questionnaire",
"appliesTo": [
"supplier"
]
}
],
"description": "This will be conducted in accordance with the evaluation criteria as set out in the PQQ Guidance Instructions."
},
"contractTerms": {
"otherTerms": "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 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. The maximum level of protective marking is Official Sensitive. TUPE is applicable and that TUPE obligations are a possibility and is currently undertaken by Industry. The Cyber Risk Assessment access code is: Ref: RAR-DZ7E27TB The Cyber Risk Level for this requirement is very low.",
"financialTerms": "Tasks will be payable either upon successful completion of individual tasks or a milestone payment scheme will be agreed on a case by case basis",
"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."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted",
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 6
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"minimumParticipants": 1,
"maximumParticipants": 1,
"period": {
"durationInDays": 2555
},
"minimumValue": {
"amount": 2000000,
"currency": "GBP"
},
"value": {
"amount": 6000000,
"currency": "GBP"
}
}
},
"tenderPeriod": {
"endDate": "2021-05-28T12:00:00+01:00"
},
"milestones": [
{
"id": "1",
"type": "securityClearanceDeadline",
"dueDate": "2021-09-01"
}
]
},
"parties": [
{
"id": "GB-FTS-14681",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Ash 2A # 3203, Abbey Wood South",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Helen Davey, attn: Davey Helen",
"email": "Helen.Davey101@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-14681",
"name": "Ministry of Defence"
},
"language": "en"
}