Tender

701326374 Provision of service to collect, transport and dispose of fuel and sullage from HMS Vessels and other foreign visiting Vessels to Devonport Naval Base.

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

17 May 2021 at 21:55

Summary of the contracting process

The Ministry of Defence is conducting a tender for the provision of services to collect, transport, and dispose of fuel and sullage from HMS vessels and other visiting vessels at HMNB Devonport, Plymouth. This contract, valued at £2,371,000, spans an initial period of five years with the possibility of an additional two years, subject to approvals. The tender is classified under the sludge removal services category and is open for submission until 21st June 2021, with a subsequent invitation to shortlisted candidates anticipated by 14th July 2021. Bidders are required to submit their responses electronically through the designated e-Tendering system.

This procurement presents valuable opportunities for businesses specialising in waste management, sludge removal, and transportation services, particularly those with capabilities in handling hazardous materials. Companies with valid waste licenses, relevant environmental accreditations, and the capacity to meet the security clearance requirements are encouraged to participate. The competitive nature of the tender, with a shortlist of five providers, highlights the potential for successful bidders to establish long-term partnerships with a major public sector client, thereby fostering business growth within the defence industry supply chain.

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

701326374 Provision of service to collect, transport and dispose of fuel and sullage from HMS Vessels and other foreign visiting Vessels to Devonport Naval Base.

Notice Description

Provision of service to collect, transport and dispose of fuel and sullage from HMS Vessels and other foreign visiting Vessels to Devonport Naval Base. This is an enabling Contract whereby quantities referred to in Schedule 2 of the Contract, draft contained within the ITT documents, are estimated volumes and quantities may vary throughout the Contract duration. The core Contract shall be for 5 years with 2 additional option years which can be invoked at the discression of the Contracting Authority and are subject to additional approvals. Quantity or scope: The Contracting period will be for 5 years with 2 additional option years.Any option years shall be subject to additional approvals. Volumes of services are contained within the Schedule of Requirement and are subject to change dependent on vessel schedules and requirements at HMNB Devonport. No business whatsoever is guaranteed under any resulting Framework Agreement or Contract indeed there is no guarantee that any Framework Agreement or Contract will be put in place in relation to this notice. No compensation etc will be paid if a tender or resulting Framework Agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position. Potential Providers/Tenderers are invited to note the following: 1. 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 eye-only. Meaning, only economic operators established in the UK and Gibraltar shall be eligible to tender for this requirement. 2. The Cyber risk has been considered and in accordance with the Cyber Security Model results in a Cyber Risk Profile of 'MODERATE.'

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b201
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010896-2021
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

34 - Transport equipment and auxiliary products to transportation

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

34133110 - Fuel-tanker trucks

90513600 - Sludge removal services

90513700 - Sludge transport services

Notice Value(s)

Tender Value
£2,371,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 May 20214 years ago
Submission Deadline
21 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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Attn: Miss C. Bayley
Contact Email
christina.bayley101@mod.gov.uk
Contact Phone
+44 3001524993

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

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-02b201-2021-05-17T22:55:07+01:00",
    "date": "2021-05-17T22:55:07+01:00",
    "ocid": "ocds-h6vhtk-02b201",
    "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": "701326374 - DPQQ",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "701326374 Provision of service to collect, transport and dispose of fuel and sullage from HMS Vessels and other foreign visiting Vessels to Devonport Naval Base.",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90513600",
            "description": "Sludge removal services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "34133110",
                "description": "Fuel-tanker trucks"
            },
            {
                "scheme": "CPV",
                "id": "90513700",
                "description": "Sludge transport services"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "26",
                "description": "Other services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "Provision of service to collect, transport and dispose of fuel and sullage from HMS Vessels and other foreign visiting Vessels to Devonport Naval Base. This is an enabling Contract whereby quantities referred to in Schedule 2 of the Contract, draft contained within the ITT documents, are estimated volumes and quantities may vary throughout the Contract duration. The core Contract shall be for 5 years with 2 additional option years which can be invoked at the discression of the Contracting Authority and are subject to additional approvals. Quantity or scope: The Contracting period will be for 5 years with 2 additional option years.Any option years shall be subject to additional approvals. Volumes of services are contained within the Schedule of Requirement and are subject to change dependent on vessel schedules and requirements at HMNB Devonport. No business whatsoever is guaranteed under any resulting Framework Agreement or Contract indeed there is no guarantee that any Framework Agreement or Contract will be put in place in relation to this notice. No compensation etc will be paid if a tender or resulting Framework Agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position. Potential Providers/Tenderers are invited to note the following: 1. 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 eye-only. Meaning, only economic operators established in the UK and Gibraltar shall be eligible to tender for this requirement. 2. The Cyber risk has been considered and in accordance with the Cyber Security Model results in a Cyber Risk Profile of 'MODERATE.'",
        "value": {
            "amount": 2371000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "There will be a provision in the Contract for 2 option years which may be implemented should the Authority require an extension to the original Contract period of 5 years to ensure continuation of the service. Take up of the option years will be subject to the internal approval process."
        },
        "hasRenewal": false,
        "contractPeriod": {
            "durationInDays": 2520
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKK41"
                    }
                ],
                "deliveryLocation": {
                    "description": "HMNB Devonport, Plymouth PL2 2BG"
                }
            }
        ],
        "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": "The authority reserves the right to request an indemnity, guarantee or bank bond if the prospectice tenderer does not meet the required standard for economic and financial standing.",
            "languages": [
                "en"
            ]
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.contracts.mod.uk/go/3028026701797BCD680D",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Authority will apply all of 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. 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. Information and formalities necessary for evaluating if the requirements are met can be found in the PQQ which encompasses questions to allow the prospective tenderer to provide a declaration of good standing.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "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 e-tendering help desk.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Two Years Audited Accounts will be required as part of any Pre-Qualification Questionnaire response. The estimated annual contract value is PS340,000.00. 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, for example such evidence may include: (1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and (2) stating 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 / fial judegment 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 related to Good Standing will be required as part of the Pre-Qualification Questionnaire reponse.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Scoring and weighting criteria are contained within the PQQ and ITT documentation. Potential Providers who choose to complete a PQQ return will be required to address the relevant Technical capacity questions in the PQQ response.",
                    "minimum": "The Contractor's personnel who will be attending HMNB Devonport shall hold a valid security clearance on or before the Contract start date. Additional Standards that the Contractor shall abide by include the following: ISO9001 accreditation, demonstrable evidence of compliance with the Health and Safety at Work Act 1974 and the Environmental Protection Act 1990, evidence of Goods Vehicle Operator Licence GV76 and evidence that the Contractor has the relevant certifications for handling hazardous waste.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "If the main Contractor will be subcontracting any part of the requirement, the main Contractor shall be required to provide evidence of its subcontractors ability to adhere to the minimum standards.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The Contractor shall be a registered Waste Carrier in England and hold appropriate and valid Waste Licences as required by the Environment Agency."
                }
            ],
            "description": "The aim of the DPQQ is to arrive at a short list of no more than five (5) qualified potential service providers, owing to the specialist nature of the requirement. Each response must achieve a Score of 2 (Satisfactory) or more for the response to be deemed technically compliant. Further information regarding the DPQQ evaluation process and methodology can be found in the attachment to the DPQQ entitled 701326374 - DPQQ Evaluation Process and Methodology-OS"
        },
        "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. Attentio is drawn to the Security Aspects Letter (SAL) 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 Cyber risk has been considered and in accordance with the Cyber Security Model resulted in a Risk Profile of 'Moderate.' The Risk Assessment Reference is RAR-ZMBM3M95. There will be specific proceeses and procedures for all Supplier personnel working at HMNB Devonport. All additional specific obligations shall be set out in the Invitation to Tender.",
            "financialTerms": "All payments shall be made with the Contracting Purchasing and Finance (CP&F) tool. Payment follows delivery and acceptance of the services on a monthly basis. Evidence of delivery of the services each month shall be provided by the Supplier to the Authority.",
            "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": 3,
            "maximumCandidates": 5,
            "invitationDate": "2021-07-14T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2021-06-21T17:00:00+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 C. Bayley",
                "telephone": "+44 3001524993",
                "email": "Christina.Bayley101@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"
}