Tender

705520450 - JES/00141 - UW Support

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

15 Jun 2023 at 10:28

Summary of the contracting process

The Ministry of Defence has issued a tender titled "705520450 - JES/00141 - UW Support" for repair and maintenance services of military electronic systems, focusing on support services for sonar equipment(s) deployed on sub-surface naval platforms. The procurement process involves activities such as capability enhancement, project management, system integration, and sourcing of equipment. The estimated contract duration is 7 years, starting from April 1, 2024, with potential extensions. Key procurement dates include PQQ release in June 2023, ITT issue in October 2023, and Contract Award in April 2023. The tender is restricted to UK organisations due to security requirements.

This tender offers opportunities for businesses specializing in defence services, military defence services, and civil defence services. Companies with expertise in repair and maintenance of electronic warfare systems, sonars, radars, and intelligence systems will find this opportunity suitable. Prospective providers must register on the eSourcing portal, submit necessary documentation, and comply with UK information handling policies. The Ministry of Defence will evaluate suppliers based on selection criteria outlined in the PQQ, focusing on technical quality, cost, commercial compliance, and social values. The contract will be awarded based on the Most Economically Advantageous Tender criteria, encouraging electronic trading using the CP&F platform for payment processing.

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

705520450 - JES/00141 - UW Support

Notice Description

Background The Authority has a requirement 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 - Document & 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 Engineering and design advice in support of implementation of equipment fits - Management and execution of Fit to Receive (FTR) capabilities on various classes of platform - Support of FTR and infrastructure elements of equipment(s) whilst deployed Contract Duration / Value It is envisaged that the Contract will be let for an initial two year period with options to extend for a further 5 years. 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 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 may be below this figure. Process Procurement process indicative time frames (subject to change by the Authority) - PQQ release June 2023 - PQQ return July 2023 - ITT issue October 2023 - Contract Award April 2023 General Due to the security aspects of the requirement, the requirement is limited to UK organisations only. As part of the tendering process organisations with non-UK supply chains, sub-contractors, parent organisations my be expected to demonstrate their policies and procedures for both controlling and handling UK information. Any potential future procurement exercise will be exempt from the Defence and Securities Public Procurement 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 DSPCR 2011 and/or EU treaties will apply. The Authority does not bind itself to enter into any contract(s) arising out of the proceedings envisioned by this Contract Notice and no contractual rights express or implied arise out of this notice or the procedures envisaged by it. Selection Criteria Potential Providers will be required to complete the PQQ to provide the Authority with information to evaluated the interested parties capacity an capability against the selection criteria. The Authority will use the PQQ responses to create a shortlist (maximum 3) of tenderers who: - (1) are eligable to participate; - (2) fulfil any minimum economic, financial, professional and technical standards; and - (3) best meet in terms of capacity and capability the selection criteria set out in the PQQ Full details of the method for choosing tenderers will be set out in the PQQ. Potential Providers will be required to provide evidence to demonstrate that they can meet the Authorities requirements. Tenderers which do not meet the minimum requirements set out in the PQQ will be excluded from any future involvement in the competitive procurement process. The Authority reserves the right to reject any sub-contractor chosen by the Potential Provider at any stage of the procurement process or during performance of the contract. Currency: GBP Duration of Contract: 7 years Electronic Trading on CP&F: Yes ITT Award Criteria: Most Economically Advantageous Tender (MEAT), in terms of technical quality, cost, commercial compliance, and social values, Full details of the evaluation process, contract award criteria and weightings against each criterion will be provided in the tender documentation to those Potential Providers who pass the PQQ stage. Potential Providers must note the mandatory requirement for electronic trading using Contracting, Purchasing & Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. you can find details on CP&F at https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system. Prospective suppliers will be required to hold List X status and connection to the RLI network at Contract Award .

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03d67d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017000-2023
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

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
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Jun 20232 years ago
Submission Deadline
31 Jul 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2024 - 31 Mar 2031 Over 5 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
Attn: Ellis Huw
Contact Email
huw.ellis109@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

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-03d67d-2023-06-15T11:28:12+01:00",
    "date": "2023-06-15T11:28:12+01:00",
    "ocid": "ocds-h6vhtk-03d67d",
    "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-03d67d",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "705520450 - JES/00141 - UW Support",
        "status": "active",
        "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": "Background The Authority has a requirement 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 - Document & 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 Engineering and design advice in support of implementation of equipment fits - Management and execution of Fit to Receive (FTR) capabilities on various classes of platform - Support of FTR and infrastructure elements of equipment(s) whilst deployed Contract Duration / Value It is envisaged that the Contract will be let for an initial two year period with options to extend for a further 5 years. 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 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 may be below this figure. Process Procurement process indicative time frames (subject to change by the Authority) - PQQ release June 2023 - PQQ return July 2023 - ITT issue October 2023 - Contract Award April 2023 General Due to the security aspects of the requirement, the requirement is limited to UK organisations only. As part of the tendering process organisations with non-UK supply chains, sub-contractors, parent organisations my be expected to demonstrate their policies and procedures for both controlling and handling UK information. Any potential future procurement exercise will be exempt from the Defence and Securities Public Procurement 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 DSPCR 2011 and/or EU treaties will apply. The Authority does not bind itself to enter into any contract(s) arising out of the proceedings envisioned by this Contract Notice and no contractual rights express or implied arise out of this notice or the procedures envisaged by it. Selection Criteria Potential Providers will be required to complete the PQQ to provide the Authority with information to evaluated the interested parties capacity an capability against the selection criteria. The Authority will use the PQQ responses to create a shortlist (maximum 3) of tenderers who: - (1) are eligable to participate; - (2) fulfil any minimum economic, financial, professional and technical standards; and - (3) best meet in terms of capacity and capability the selection criteria set out in the PQQ Full details of the method for choosing tenderers will be set out in the PQQ. Potential Providers will be required to provide evidence to demonstrate that they can meet the Authorities requirements. Tenderers which do not meet the minimum requirements set out in the PQQ will be excluded from any future involvement in the competitive procurement process. The Authority reserves the right to reject any sub-contractor chosen by the Potential Provider at any stage of the procurement process or during performance of the contract. Currency: GBP Duration of Contract: 7 years Electronic Trading on CP&F: Yes ITT Award Criteria: Most Economically Advantageous Tender (MEAT), in terms of technical quality, cost, commercial compliance, and social values, Full details of the evaluation process, contract award criteria and weightings against each criterion will be provided in the tender documentation to those Potential Providers who pass the PQQ stage. Potential Providers must note the mandatory requirement for electronic trading using Contracting, Purchasing & Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. you can find details on CP&F at https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system. Prospective suppliers will be required to hold List X status and connection to the RLI network at Contract Award .",
        "contractPeriod": {
            "startDate": "2024-04-01T00:00:00+01:00",
            "endDate": "2031-03-31T23:59:59+01:00"
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ]
            }
        ],
        "communication": {
            "documentAvailabilityPeriod": {
                "endDate": "2023-07-24T12:00:00+01:00"
            }
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "techniques": {
            "frameworkAgreement": {
                "minimumValue": {
                    "amount": 9000000,
                    "currency": "GBP"
                },
                "value": {
                    "amount": 20000000,
                    "currency": "GBP"
                }
            }
        },
        "tenderPeriod": {
            "endDate": "2023-07-31T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "parties": [
        {
            "id": "GB-FTS-85243",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood, NH1 Yew 2A, #1237",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Ellis Huw",
                "email": "Huw.Ellis109@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-85243",
        "name": "Ministry of Defence"
    },
    "language": "en"
}