Notice Information
Notice Title
Construction of new seismically compliant three storey, T-shaped 126 be dormitory, to include a post office and shop at RAF Akrotiri, WSBA, Cyprus
Notice Description
Construction of new seismically compliant three storey, T-shaped 126 be dormitory, to include a post office and shop at RAF Akrotiri, WSBA, Cyprus
Lot Information
Lot 1
Construction of new seismically compliant three storey, T-shaped 126 be dormitory, to include a post office and shop at RAF Akrotiri, WSBA, Cyprus
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02eb2f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028318-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45210000 - Building construction work
45211340 - Multi-dwelling buildings construction work
Notice Value(s)
- Tender Value
- £18,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £16,470,000 £10M-£100M
Notice Dates
- Publication Date
- 7 Oct 20223 years ago
- Submission Deadline
- 10 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Oct 20223 years ago
- Contract Period
- 16 May 2022 - 1 May 2024 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- DIO Commercial Overseas Projects, attn: DIO Commercial Overseas Projects
- Contact Email
- diocomrcl-overseasprojects@mod.gov.uk, patricia.leatham384@mod.gov.uk
- Contact Phone
- Not specified
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
- Not specified
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
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-02eb2f-2022-10-07T16:54:34+01:00",
"date": "2022-10-07T16:54:34+01:00",
"ocid": "ocds-h6vhtk-02eb2f",
"description": "A) 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. B) 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. C) The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low, Reference RAR-872988403. At Invitation to Tender (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. D) 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. E) 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. F) A site visit will not be applicable at PQQ stage. The Authority will invite the down selected potential providers to a site visit after the ITT has been issued. The Authority will be monitoring the Covid-19 restrictions and will keep the down selected PP's up to date with any changes. 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",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02eb2f",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Construction of new seismically compliant three storey, T-shaped 126 be dormitory, to include a post office and shop at RAF Akrotiri, WSBA, Cyprus",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45211340",
"description": "Multi-dwelling buildings construction work"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "TED_TYPE_WORK_CONTRACT",
"id": "EXECUTION",
"description": "Execution"
}
],
"mainProcurementCategory": "works",
"description": "Construction of new seismically compliant three storey, T-shaped 126 be dormitory, to include a post office and shop at RAF Akrotiri, WSBA, Cyprus",
"value": {
"currency": "EUR",
"amount": 18000000
},
"minValue": {
"amount": 17000000,
"currency": "EUR"
},
"hasOptions": false,
"contractPeriod": {
"startDate": "2022-05-17T00:00:00+01:00",
"endDate": "2024-05-01T23:59:59+01:00"
},
"items": [
{
"id": "0",
"deliveryLocation": {
"description": "Cyprus RAF Akrotiri"
}
},
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
}
],
"deliveryAddresses": [
{
"region": "CY"
}
],
"deliveryLocation": {
"description": "Akrotiri, Cyprus"
},
"relatedLot": "1"
}
],
"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 contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in part 7 of the DSPCR 2011. 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 deemed applicable.",
"languages": [
"en"
]
},
"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 these 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. 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": "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 these 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. 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. 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": "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": "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": "All members of the Works Contractor Team will require an access pass from Station Security. The application methodology includes (completion of security questionnaire; copy of ID/Passport; A criminal Records check (less than 3 months old) and 2 No Utility Bills, as proof of address (less than 3 months old).",
"financialTerms": "Parent Company Guarantees will be required if deemed 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 procedure",
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 6,
"invitationDate": "2022-01-25T00:00:00Z"
},
"techniques": {
"frameworkAgreement": {
"minimumValue": {
"amount": 17000000,
"currency": "EUR"
},
"value": {
"amount": 18000000,
"currency": "EUR"
}
}
},
"tenderPeriod": {
"endDate": "2021-11-10T10:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "10 calendar Days after successful or unsuccessful letters issued to PQQ evaluation.",
"lots": [
{
"id": "1",
"description": "Construction of new seismically compliant three storey, T-shaped 126 be dormitory, to include a post office and shop at RAF Akrotiri, WSBA, Cyprus",
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"type": "quality",
"description": "Ranked"
},
{
"name": "Technical",
"type": "quality",
"description": "100"
},
{
"type": "price",
"description": "MEAT"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
]
},
"parties": [
{
"id": "GB-FTS-31486",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "DIO Commercial, Ministry of Defence, Defence Infrastructure Organisation (DIO), Kentigern House, Room 1202-1221, 65 Brown Street",
"locality": "Glasgow",
"postalCode": "G2 8EX",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "DIO Commercial Overseas Projects, attn: DIO Commercial Overseas Projects",
"email": "DIOComrcl-overseasprojects@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"
}
]
}
},
{
"id": "GB-FTS-31487",
"name": "DIO Commercial Overseas Projects",
"identifier": {
"legalName": "DIO Commercial Overseas Projects"
},
"address": {
"streetAddress": "DIO Commercial Overseas Projects MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street,",
"locality": "Glasgow",
"postalCode": "G2 8EX",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "DIOComrcl-overseasprojects@mod.gov.uk"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
},
{
"id": "GB-FTS-65478",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "DIO Commercial, Ministry of Defence,Defence Infrastructure Organisation (DIO), Kentigern House, Room 1202-1221, 65 Brown Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 8EX",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Patricia.Leatham384@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.mod.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-65479",
"name": "IACOVOU BROTHERS (Constructions) Ltd",
"identifier": {
"legalName": "IACOVOU BROTHERS (Constructions) Ltd"
},
"address": {
"streetAddress": "2 Socratous St",
"locality": "Larnaca",
"region": "CY",
"postalCode": "6036",
"countryName": "Cyprus"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-65480",
"name": "DIO Commercial Overseas Projects",
"identifier": {
"legalName": "DIO Commercial Overseas Projects"
},
"address": {
"locality": "GLASGOW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "DIOComrcl-overseasprojects@mod.gov.uk"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-65478",
"name": "Ministry of Defence"
},
"language": "en",
"awards": [
{
"id": "028318-2022-DIOCB1/195-1",
"relatedLots": [
"1"
],
"title": "Construction of Akrotiri Dormitory at RAF Akrotiri, Cyprus",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-65479",
"name": "IACOVOU BROTHERS (Constructions) Ltd"
}
]
}
],
"contracts": [
{
"id": "028318-2022-DIOCB1/195-1",
"awardID": "028318-2022-DIOCB1/195-1",
"title": "Construction of Akrotiri Dormitory at RAF Akrotiri, Cyprus",
"status": "active",
"value": {
"amount": 16470000,
"currency": "EUR"
},
"dateSigned": "2022-10-04T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}