Tender

Provision of Nuclear Site Safety Justification (NSSJ) Services based at HMNB Devonport, Plymouth, Devon, UK.

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

05 May 2021 at 21:55

Summary of the contracting process

The Ministry of Defence is currently conducting a tender for the provision of Nuclear Site Safety Justification (NSSJ) Services at HMNB Devonport, Plymouth, Devon, UK. The procurement process is at the Planning stage, with an estimated contract value of £9,500,000 over a period of three years, beginning on 1 November 2021 and concluding on 31 October 2024. The tender submission deadline is set for 18 June 2021, with the second stage of the procurement process planned to invite a maximum of four qualified service providers following the initial assessment by 23 June 2021.

This tender presents an excellent opportunity for businesses specialising in nuclear safety services, project management consultancy, and technical support services to participate. Companies that fulfil the necessary economic, financial, and technical criteria will be well-positioned to compete. Furthermore, businesses looking to expand within the defence sector, particularly those operating in accordance with Ministry of Defence standards, should consider this procurement a valuable avenue for growth, as the contract may include provisions for emergent work and resource adjustments throughout its duration.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Provision of Nuclear Site Safety Justification (NSSJ) Services based at HMNB Devonport, Plymouth, Devon, UK.

Notice Description

Please refer to Section II.2) Quantity or scope of the contract of this notice. Quantity or scope: The fundamental aim of the NSSJ contract is to procure the provision of a Project Management Service (PMS) which will deliver: Project Management, Nuclear Advice, defined Safety Case and Periodic Review of Safety (PRS) work, and other associated work under a milestone-based arrangement. These services will maintain the authorisation of the Naval Base Site through the provision of specialist nuclear advice, which reflects modern civil nuclear practice to Naval Base staff and ensures the Naval Base Commanders Site Safety Justification documentation suite remains current and fully compliant with MoD Authorisation Conditions, MoD Naval Nuclear Safety Principles (NNSP) and other standards imposed by the Defence Nuclear Safety Regulator (DNSR). In parallel, the contract shall support knowledge share/transfer that develops the Authority's Intelligent Customer (IC) function. It is anticipated that a core team to provide the service shall be embedded within the HMNB Devonport delivery location; the Home Base. The estimated contract duration shall be for a period of three (3) years. The contract shall include the option to extend at the Authority's sole discretion the contract duration by a further two (2) years which will be constructed as two discrete one (1) year option periods; each option shall be severable from the other. The contract shall also include options for emergent work and resource 're-sizing' as may be reasonably required by the Authority in the contract life. This tender is operating under the DSPCR (2011) Restricted Procure in accordance with Regulation 17. Therefore, tenderers are required to respond to the DPQQ attached to this notice. A copy of the draft ITT has also been attached, to enable potential providers to self-assess their suitability to the requirement. The final ITT and suite of contract documents shall only be made available to potential providers, who are successful at Phase 1 (DPQQ stage) and have been formally notified and invited to participate in the next phase of the procurement process. The aim of Phase 1 (DPQQ) is to arrive at a short list of no more than four (4) qualified potential service providers who are eligible to participate; fulfil any minimum economic, financial, professional and technical standards, and best meet in terms of capacity and capability the selection criteria set out in the DPQQ. Full details of the method of choosing the Tenders are set out in the DF47. Each response must achieve Technical Envelope compliance at 70% or higher to be considered for phase 2. If a potential service provider receives a fail to any Pass/Fail question within the PQQ, they will automatically fail the evaluation and not be invited to participate further. Where more than one potential service provider scores the same (and both responses are technically compliant), then the response which achieves the highest score against criterion with the greater weighting shall progress to phase 2. If following this granulated assessment responses remain on equal scores, the Authority at its sole discretion may invite up to a maximum of six (6) technically compliant potential service providers to phase 2. Potential Providers/Tenderers are invited to note the following: 1. Following an initial assessment, the Authority believe IR35 may apply. The final status of IR35 will only be known, following final assessment of the winning tenderers' solution and specifically how the winning tenderer proposes to provide personnel. Any formal CEST/Status Determination Statement (SDS) letters will then be provided as necessary. 2. Attention is drawn to the Security Aspects Letter (SAL) attached as part of the Draft Contract, which details key criteria for eligibility. In accordance with Regulation 6 (3A)(a) - 'Security of Information', and read in conjunction with Regulation 7 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019; this requirement is open to National eyes-only. Meaning, only economic operators established in the UK and Gibraltar shall be eligible to tender for this requirement. 3. The Cyber risk has been considered and in accordance with the Cyber Security Model resulted in a Cyber Risk Profile of 'Low'.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ad98
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009767-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

98 - Other community, social and personal services


CPV Codes

44421722 - Safety cases

71356300 - Technical support services

72224000 - Project management consultancy services

98113100 - Nuclear safety services

Notice Value(s)

Tender Value
£9,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 May 20215 years ago
Submission Deadline
18 Jun 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Nov 2021 - 31 Oct 2024 3-4 years
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
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
PLYMOUTH
Postcode
PL2 2BG
Post Town
Plymouth
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK4 Devon
Small Region (ITL 3)
TLK41 Plymouth
Delivery Location
TLK41 Plymouth

Local Authority
Plymouth
Electoral Ward
Devonport
Westminster Constituency
Plymouth Sutton and Devonport

Further Information

Notice Documents

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-02ad98-2021-05-05T22:55:05+01:00",
    "date": "2021-05-05T22:55:05+01:00",
    "ocid": "ocds-h6vhtk-02ad98",
    "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": "701551834-DPQQ (Phase 1)",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Provision of Nuclear Site Safety Justification (NSSJ) Services based at HMNB Devonport, Plymouth, Devon, UK.",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "98113100",
            "description": "Nuclear safety services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "44421722",
                "description": "Safety cases"
            },
            {
                "scheme": "CPV",
                "id": "71356300",
                "description": "Technical support services"
            },
            {
                "scheme": "CPV",
                "id": "72224000",
                "description": "Project management consultancy services"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "3",
                "description": "Defence services, military defence services and civil defence services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "Please refer to Section II.2) Quantity or scope of the contract of this notice. Quantity or scope: The fundamental aim of the NSSJ contract is to procure the provision of a Project Management Service (PMS) which will deliver: Project Management, Nuclear Advice, defined Safety Case and Periodic Review of Safety (PRS) work, and other associated work under a milestone-based arrangement. These services will maintain the authorisation of the Naval Base Site through the provision of specialist nuclear advice, which reflects modern civil nuclear practice to Naval Base staff and ensures the Naval Base Commanders Site Safety Justification documentation suite remains current and fully compliant with MoD Authorisation Conditions, MoD Naval Nuclear Safety Principles (NNSP) and other standards imposed by the Defence Nuclear Safety Regulator (DNSR). In parallel, the contract shall support knowledge share/transfer that develops the Authority's Intelligent Customer (IC) function. It is anticipated that a core team to provide the service shall be embedded within the HMNB Devonport delivery location; the Home Base. The estimated contract duration shall be for a period of three (3) years. The contract shall include the option to extend at the Authority's sole discretion the contract duration by a further two (2) years which will be constructed as two discrete one (1) year option periods; each option shall be severable from the other. The contract shall also include options for emergent work and resource 're-sizing' as may be reasonably required by the Authority in the contract life. This tender is operating under the DSPCR (2011) Restricted Procure in accordance with Regulation 17. Therefore, tenderers are required to respond to the DPQQ attached to this notice. A copy of the draft ITT has also been attached, to enable potential providers to self-assess their suitability to the requirement. The final ITT and suite of contract documents shall only be made available to potential providers, who are successful at Phase 1 (DPQQ stage) and have been formally notified and invited to participate in the next phase of the procurement process. The aim of Phase 1 (DPQQ) is to arrive at a short list of no more than four (4) qualified potential service providers who are eligible to participate; fulfil any minimum economic, financial, professional and technical standards, and best meet in terms of capacity and capability the selection criteria set out in the DPQQ. Full details of the method of choosing the Tenders are set out in the DF47. Each response must achieve Technical Envelope compliance at 70% or higher to be considered for phase 2. If a potential service provider receives a fail to any Pass/Fail question within the PQQ, they will automatically fail the evaluation and not be invited to participate further. Where more than one potential service provider scores the same (and both responses are technically compliant), then the response which achieves the highest score against criterion with the greater weighting shall progress to phase 2. If following this granulated assessment responses remain on equal scores, the Authority at its sole discretion may invite up to a maximum of six (6) technically compliant potential service providers to phase 2. Potential Providers/Tenderers are invited to note the following: 1. Following an initial assessment, the Authority believe IR35 may apply. The final status of IR35 will only be known, following final assessment of the winning tenderers' solution and specifically how the winning tenderer proposes to provide personnel. Any formal CEST/Status Determination Statement (SDS) letters will then be provided as necessary. 2. Attention is drawn to the Security Aspects Letter (SAL) attached as part of the Draft Contract, which details key criteria for eligibility. In accordance with Regulation 6 (3A)(a) - 'Security of Information', and read in conjunction with Regulation 7 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019; this requirement is open to National eyes-only. Meaning, only economic operators established in the UK and Gibraltar shall be eligible to tender for this requirement. 3. The Cyber risk has been considered and in accordance with the Cyber Security Model resulted in a Cyber Risk Profile of 'Low'.",
        "value": {
            "amount": 9500000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "The contract shall include the option to extend at the Authority's sole discretion the contract duration by a further two (2) years which will be constructed as two discrete one (1) year option periods; each option shall be severable from the other. The contract shall also include options for emergent work and resource 're-sizing' as may be reasonably required by the Authority in the contract life."
        },
        "hasRenewal": false,
        "contractPeriod": {
            "startDate": "2021-11-01T00:00:00Z",
            "endDate": "2024-10-31T23:59:59Z"
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKK41"
                    }
                ],
                "deliveryLocation": {
                    "description": "HMNB Devonport, Plymouth, Devon, UK."
                }
            }
        ],
        "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": "allowed",
            "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": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.contracts.mod.uk",
        "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 Pre-Qualification Questionnaire (PQQ) response. The estimated annual contract value for the Provision of Nuclear Site Safety Justification (NSSJ) Services is PS3,166,666. 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": "As detailed within the Pre-Qualification Questionnaire and associated documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ],
            "description": "The aim of the DPQQ (Phase 1) is to arrive at a short list of no more than four (4) qualified potential service providers, owing to the technical complexities and specialist nature of the requirement. If, following this granulated assessment responses remain on equal scores, the Authority at its sole discretion may invite up to a maximum of six (6) technically compliant potential service providers to ITT (Phase 2)."
        },
        "documents": [
            {
                "id": 1,
                "documentType": "biddingDocuments",
                "url": "www.contracts.mod.uk"
            }
        ],
        "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. Attention is drawn to the Security Aspects Letter (SAL) attached as part of the Draft Contract, which details key criteria for eligibility. In accordance with Regulation 6 (3A)(a) - 'Security of Information', and read in conjunction with Regulation 7 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019; this requirement is open to National eyes-only. Meaning, only economic operators established in the UK and Gibraltar shall be eligible to tender for this requirement. The maximum level of protective marking is Official-Sensitive. Following an initial assessment, the Authority believe IR35 may apply. The final status of IR35 will only be known, following final assessment of the winning tenderers' solution and specifically how the winning tenderer proposes to provide personnel. Any formal CEST/Status Determination Statement (SDS) letters will then be provided as necessary. Cyber risk has been considered and in accordance with the Cyber Security Model resulted in a Cyber Risk Profile of 'Low'. The Risk Assessment Reference is [RAR-427K6FJB].",
            "financialTerms": "Tasks will be payable either upon successful completion of individual tasks/core deliverables or via an agreed milestone payment arrangement.",
            "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."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 4,
            "maximumCandidates": 4,
            "invitationDate": "2021-06-23T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2021-06-18T17:00:00+01:00"
        },
        "hasRecurrence": false,
        "milestones": [
            {
                "id": "1",
                "type": "securityClearanceDeadline",
                "dueDate": "2021-10-29"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-15213",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "NBC(D) Commercial, Naval Base HQ, HMNB Devonport",
                "locality": "Plymouth",
                "postalCode": "PL2 2BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Miss H. R. Zubka-Hill",
                "telephone": "+44 3001699909",
                "email": "Hana.Zubka-Hill100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.contracts.mod.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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-15213",
        "name": "Ministry of Defence"
    },
    "language": "en"
}