Planning

JES/00141 - UW Support

MINISTRY OF DEFENCE (DEFENCE EQUIPMENT & SUPPORT)

This public procurement record has 1 release in its history.

Planning

11 Oct 2022 at 15:29

Summary of the contracting process

The Ministry of Defence (Defence Equipment & Support) in Bristol, United Kingdom, has planned a procurement exercise for the "JES/00141 - UW Support" contract in the services category. The procurement stage is currently at the planning phase with an estimated contract value ranging from £9 million to £20 million. The contract involves support services for sonar equipment deployed on sub-surface naval platforms, with a contract period starting on October 1, 2023, and ending on March 31, 2026. Interested parties must express their interest by November 1, 2022, to participate in the upcoming competitive process.

This tender for under water support services presents opportunities for businesses involved in repair and maintenance services of military electronic systems, warships, electronic intelligence systems, radar, and electronic warfare systems. Companies well-suited to compete should have expertise in capability enhancement, maintenance, project management, asset management, and other related services. The Ministry of Defence's procurement process, anticipated to progress through various stages, offers potential growth opportunities for businesses in the defence services sector with the required security clearances and capabilities to participate in this competitive tender.

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

JES/00141 - UW Support

Notice Description

MOD Prior Information Notice GB-Bristol: 1. Contract Title: Under Water Support Contract 2. Contracting Authority: Ministry of Defence, IBOC, Yew 2a, #1237, MOD Abbey Wood (South), Bristol, BS34 8JH, United Kingdom 3. Contract: Contracting Authority's file Reference number: Type of Contract: SERVICES Estimated value of requirement: cPS20m Background IBOC intends to run a Limited/ Exempt Competition for Under Water Support, involving support services for sonar equipment(s) deployed on (primarily) sub-surface naval platforms. The requirement includes but is not limited to the following activities * Capability Enhancement * Capability Maintenance & Support * Project Management * Asset Management * GFX storage and transportation * Control, transportation and storage of items of equipment when not fitted to platforms * Naval Liaison * Documentation & installation of A&As and Fit-To-Receive Infrastructure to naval platforms * System integration * Calibration trials * Naval platform surveys * bespoke infrastructure development * Data analysis * Sourcing and procurement of items in support of equipment fits * Provision of maintenance services for items of equipment * Provision of engineering and design advice in support of implementation of equipment fits * Management and execution of fit to receive (FTR) capabilities on various classes of platforms * Support of FTR and infrastructure elements of equipment(s) whilst deployed It is envisaged that the Contract will be let for an initial two years and six months (2 1/2) period with options to extend for a further five years (5) period (inclusive of a 6 month transition phase). The potential mechanism and duration are indicative and subject to change at the sole discretion of the Contracting Authority. The Estimated Value of Contract represents the estimated minimum and maximum values of the Contract. The maximum figure is only an estimate and the total cumulative value of core activity and tasks placed under the Contract. The final contract value (inclusive of tasking) may be above or below this figure. This Prior Information Notice (PIN) will be utilised by the Authority to inform and commence any potential future procurement process. The Authority requests that companies that wish to take part in the competitive procurement process (indicative timeframes detailed below), should express their interest via the DSP and email to William.Pope101@mod.gov.uk and Huw.Ellis109@mod.gov.uk. Interested parties should respond by 1st November 2022. Responses received after this date will not be considered for involvement in any future competitive process. Following this period, the Authority anticipates launching the project by issuing a Contract Notice and Preliminary Qualification Questionnaire (PQQ) directly to the interested parties/ respondents to this PIN only. Prospective suppliers will be required to hold List X status at Contract Award. Tenderers will be required to hold SC clearance, and demonstrate processes in place to access, storage and manage documentation at SECRET classification to participate in any competition and in order to access to the PQQ and ITT documentation. Clearances and processes will be checked prior to any further involvement/ release of any further documentation. To support this, when registering an interest in this event, please provide the following details: - Company/Organisations name - Point of Contact full name - Security Clearance details - Nationality - Date of Birth Please also provide the following (whereby your organisation does not have one of following of these, or both, please state this in your response). - That your organisation is both List X (or Provisional List X) and associated details - has a connection to the RLI and associated details - or does not hold List X/ provisional List X or RLI email address but is willing to achieve this for Contract Award. Companies which fail to confirm this will not be invited to any future stage. Personnel involved in any future Contract will be expected to hold Developed Vetting (DV) security clearance. Any potential future procurement exercise will be exempt from the Defence and Securities Public Contract Regulations 2011 (DSPCR) in accordance with Regulation 7(1)(a) of the DSPCR in conjunction with Regulation 6(3A)(a) and therefore no rights, duties, obligations or liabilities arising from DSCPR 2011 and/or EU Treaties will apply. By expressing an interest to participate in any potential future competition, you acknowledge that none of the obligations, rights and remedies deriving from the DSPCR and/ or EU treaties apply to this Contract. The Contract shall be considered non-exclusive, and as such shall not limit the ability of the contracting Authority to run Under Water / Sonar procurement exercises outside of the Contract. The Authority also reserves the right to use the Contract to fulfil requirements that are related to the capabilities covered by the Contract but are outside of the immediate scope of the Under Water Support programme. The Authority may at its sole discretion: - In any way amend and/ or cancel this PIN/ subsequent procurement process; - Withdraw this PIN at any time for any reason; - Decide not to Award any contract to any bidder following the PQQ and ITT phases. The Authority does not bind itself to enter into any contract(s) arising out of the proceedings envisaged by this PIN and no contractual rights express or implied arise out of this notice or the procedures envisaged by it. Indicative timeframes (subject to confirmation/ change by the Authority): Pre-Qualification Questionnaire (PQQ): November/December 2022 Invitation to Tender (ITT): April/May 2023 Contract Award: September/October 2023

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0374d4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028602-2022
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

38 - Laboratory, optical and precision equipments (excl. glasses)

50 - Repair and maintenance services


CPV Codes

35510000 - Warships

35720000 - Intelligence, surveillance, target acquisition and reconnaissance

35721000 - Electronic intelligence system

35722000 - Radar

35730000 - Electronic warfare systems and counter measures

38113000 - Sonars

50660000 - Repair and maintenance services of military electronic systems

Notice Value(s)

Tender Value
£20,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Oct 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Sep 2023 - 31 Mar 2026 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE (DEFENCE EQUIPMENT & SUPPORT)
Contact Name
William.Pope101@mod.gov.uk, Huw.Ellis109@mod.gov.uk, attn: William Pope
Contact Email
william.pope101@mod.gov.uk
Contact Phone
+44 3001646859

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
TLK11 Bristol, City of

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

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-0374d4-2022-10-11T16:29:00+01:00",
    "date": "2022-10-11T16:29:00+01:00",
    "ocid": "ocds-h6vhtk-0374d4",
    "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": "ocds-h6vhtk-0374d4",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "JES/00141 - UW Support",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "50660000",
            "description": "Repair and maintenance services of military electronic systems"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35510000",
                "description": "Warships"
            },
            {
                "scheme": "CPV",
                "id": "35720000",
                "description": "Intelligence, surveillance, target acquisition and reconnaissance"
            },
            {
                "scheme": "CPV",
                "id": "35721000",
                "description": "Electronic intelligence system"
            },
            {
                "scheme": "CPV",
                "id": "35722000",
                "description": "Radar"
            },
            {
                "scheme": "CPV",
                "id": "35730000",
                "description": "Electronic warfare systems and counter measures"
            },
            {
                "scheme": "CPV",
                "id": "38113000",
                "description": "Sonars"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "3",
                "description": "Defence services, military defence services and civil defence services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "MOD Prior Information Notice GB-Bristol: 1. Contract Title: Under Water Support Contract 2. Contracting Authority: Ministry of Defence, IBOC, Yew 2a, #1237, MOD Abbey Wood (South), Bristol, BS34 8JH, United Kingdom 3. Contract: Contracting Authority's file Reference number: Type of Contract: SERVICES Estimated value of requirement: cPS20m Background IBOC intends to run a Limited/ Exempt Competition for Under Water Support, involving support services for sonar equipment(s) deployed on (primarily) sub-surface naval platforms. The requirement includes but is not limited to the following activities * Capability Enhancement * Capability Maintenance & Support * Project Management * Asset Management * GFX storage and transportation * Control, transportation and storage of items of equipment when not fitted to platforms * Naval Liaison * Documentation & installation of A&As and Fit-To-Receive Infrastructure to naval platforms * System integration * Calibration trials * Naval platform surveys * bespoke infrastructure development * Data analysis * Sourcing and procurement of items in support of equipment fits * Provision of maintenance services for items of equipment * Provision of engineering and design advice in support of implementation of equipment fits * Management and execution of fit to receive (FTR) capabilities on various classes of platforms * Support of FTR and infrastructure elements of equipment(s) whilst deployed It is envisaged that the Contract will be let for an initial two years and six months (2 1/2) period with options to extend for a further five years (5) period (inclusive of a 6 month transition phase). The potential mechanism and duration are indicative and subject to change at the sole discretion of the Contracting Authority. The Estimated Value of Contract represents the estimated minimum and maximum values of the Contract. The maximum figure is only an estimate and the total cumulative value of core activity and tasks placed under the Contract. The final contract value (inclusive of tasking) may be above or below this figure. This Prior Information Notice (PIN) will be utilised by the Authority to inform and commence any potential future procurement process. The Authority requests that companies that wish to take part in the competitive procurement process (indicative timeframes detailed below), should express their interest via the DSP and email to William.Pope101@mod.gov.uk and Huw.Ellis109@mod.gov.uk. Interested parties should respond by 1st November 2022. Responses received after this date will not be considered for involvement in any future competitive process. Following this period, the Authority anticipates launching the project by issuing a Contract Notice and Preliminary Qualification Questionnaire (PQQ) directly to the interested parties/ respondents to this PIN only. Prospective suppliers will be required to hold List X status at Contract Award. Tenderers will be required to hold SC clearance, and demonstrate processes in place to access, storage and manage documentation at SECRET classification to participate in any competition and in order to access to the PQQ and ITT documentation. Clearances and processes will be checked prior to any further involvement/ release of any further documentation. To support this, when registering an interest in this event, please provide the following details: - Company/Organisations name - Point of Contact full name - Security Clearance details - Nationality - Date of Birth Please also provide the following (whereby your organisation does not have one of following of these, or both, please state this in your response). - That your organisation is both List X (or Provisional List X) and associated details - has a connection to the RLI and associated details - or does not hold List X/ provisional List X or RLI email address but is willing to achieve this for Contract Award. Companies which fail to confirm this will not be invited to any future stage. Personnel involved in any future Contract will be expected to hold Developed Vetting (DV) security clearance. Any potential future procurement exercise will be exempt from the Defence and Securities Public Contract Regulations 2011 (DSPCR) in accordance with Regulation 7(1)(a) of the DSPCR in conjunction with Regulation 6(3A)(a) and therefore no rights, duties, obligations or liabilities arising from DSCPR 2011 and/or EU Treaties will apply. By expressing an interest to participate in any potential future competition, you acknowledge that none of the obligations, rights and remedies deriving from the DSPCR and/ or EU treaties apply to this Contract. The Contract shall be considered non-exclusive, and as such shall not limit the ability of the contracting Authority to run Under Water / Sonar procurement exercises outside of the Contract. The Authority also reserves the right to use the Contract to fulfil requirements that are related to the capabilities covered by the Contract but are outside of the immediate scope of the Under Water Support programme. The Authority may at its sole discretion: - In any way amend and/ or cancel this PIN/ subsequent procurement process; - Withdraw this PIN at any time for any reason; - Decide not to Award any contract to any bidder following the PQQ and ITT phases. The Authority does not bind itself to enter into any contract(s) arising out of the proceedings envisaged by this PIN and no contractual rights express or implied arise out of this notice or the procedures envisaged by it. Indicative timeframes (subject to confirmation/ change by the Authority): Pre-Qualification Questionnaire (PQQ): November/December 2022 Invitation to Tender (ITT): April/May 2023 Contract Award: September/October 2023",
        "value": {
            "amount": 20000000,
            "currency": "GBP"
        },
        "minValue": {
            "amount": 9000000,
            "currency": "GBP"
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKK11"
                    }
                ]
            }
        ],
        "contractPeriod": {
            "startDate": "2023-10-01T00:00:00+01:00",
            "endDate": "2026-03-31T23:59:59+01:00"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-65686",
            "name": "Ministry of Defence (Defence Equipment & Support)",
            "identifier": {
                "legalName": "Ministry of Defence (Defence Equipment & Support)"
            },
            "address": {
                "streetAddress": "JES DT, NH1 YEW 2A, #1237, MOD Abbey Wood (South)",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "William.Pope101@mod.gov.uk, Huw.Ellis109@mod.gov.uk, attn: William Pope",
                "telephone": "+44 3001646859",
                "email": "William.Pope101@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-65686",
        "name": "Ministry of Defence (Defence Equipment & Support)"
    },
    "language": "en"
}