Notice Information
Notice Title
708422450 - Provision of Underwater Engineering Services (UES)
Notice Description
Further to Prior Information Notice (PIN) (2024/S 000-009553 and tender_376292/1355807), the Authority has a requirement for the Provision of Underwater Engineering Services (UES) and is inviting registrations of interest from Potential Providers through completion and submission of a Dynamic Pre-Qualification Questionnaire (DPQQ). To view this Defence Opportunity and access the DPQQ please visit: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56768 Underwater Engineering Services (UES) in the United Kingdom and worldwide, is carried out to support the Royal Navy (RN) and Royal Fleet Auxiliary (RFA) platforms and is managed on behalf of the Ministry of Defence (MoD) by the Authority (Defence, Equipment and Security (DE&S)), (Salvage and Marine Operations Delivery Team (SALMO DT)). The Authority requires one or more suppliers to deliver the following over an approximate seven-year contract including option years: * Provision of commercial diving services to UK Health and Safety Executive Diving at Work Regulations inland/inshore Approved Code of Practice both in the UK and overseas to conduct a range of underwater inspection, maintenance, and repair activities on HM ships. * Provision of services to review, update and generate new underwater engineering technical procedures, including the generation of engineering drawings and manufacturing data packs. * Provision of services to inspect, repair and manufacture, or supply specialist underwater engineering equipment including, but not limited to, hull aperture blanks, cofferdams, hull cleaning equipment and any other bespoke items required to fulfil underwater engineering tasks. The requirement is split into two (2) lots: Lot 1 - Provision of Underwater Engineering Services (UES) within the United Kingdom (UK), and Lot 2 - Provision of Underwater Engineering Services (UES) outside of the United Kingdom. Potential Providers may register an interest in Lot 1, Lot 2 or Lot 1 and Lot 2. The indicative value of Lot 1 (within the United Kingdom) is PS6.2 million pounds and Lot 2 (outside of United Kingdom) is PS65 million pounds. The values shown in relation to Lot 1 and Lot 2 are estimates only of the potential total value of any resultant Framework Contract(s). The Authority may order or place tasks to a total value less than the estimated values and shall not be bound to place any orders or tasks under either Lot 1 or Lot 2. The Authority provides no guarantee of any throughput of work under either Lot 1 or Lot 2. No business whatsoever is guaranteed under any resultant 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. Potential Providers should take part in this process only on the basis that they fully understand and accept this position. Quantity or scope: The indicative value of Lot 1 (within the United Kingdom) is PS6.2 million pounds and Lot 2 (outside of United Kingdom) is PS65 million pounds. The values shown in relation to Lot 1 and Lot 2 are estimates only of the potential total value of any resultant Framework Contract(s). The Authority may order or place tasks to a total value less than the estimated values and shall not be bound to place any orders or tasks under either Lot 1 or Lot 2. The Authority provides no guarantee of any throughput of work under either Lot 1 or Lot 2. No business whatsoever is guaranteed under any resultant 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. Potential Providers should take part in this process only on the basis that they fully understand and accept this position.
Lot Information
Lot 1 - Provision of Underwater Engineering Services (UES) in the United Kingdom.
Provision of Underwater Engineering Services (UES) in the United Kingdom. Quantity or scope: The indicative value of Lot 1 (within the United Kingdom) is PS6.2 million pounds. The values shown in relation to Lot 1 and Lot 2 are estimates only of the potential total value of any resultant Framework Contract(s). The Authority may order or place tasks to a total value less than the estimated values and shall not be bound to place any orders or tasks under either Lot 1 or Lot 2. The Authority provides no guarantee of any throughput of work under either Lot 1 or Lot 2. No business whatsoever is guaranteed under any resultant 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. Potential Providers should take part in this process only on the basis that they fully understand and accept this position. Additional information: 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.
Options: 2 (two) x 1-year options to extend the contract duration.
Lot 2 - Provision of Underwater Engineering Services (UES) outside the United Kingdom.Provision of Underwater Engineering Services (UES) outside the United Kingdom. Quantity or scope: The indicative value of Lot 2 (outside of United Kingdom) is PS65 million pounds. The values shown in relation to Lot 1 and Lot 2 are estimates only of the potential total value of any resultant Framework Contract(s). The Authority may order or place tasks to a total value less than the estimated values and shall not be bound to place any orders or tasks under either Lot 1 or Lot 2. The Authority provides no guarantee of any throughput of work under either Lot 1 or Lot 2. No business whatsoever is guaranteed under any resultant 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. Potential Providers should take part in this process only on the basis that they fully understand and accept this position. Additional information: 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.
Options: 2 (two) x 1-year options to extend the contract duration. 1 (one) x option for Contractor to provide and forward-base diving equipment.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-044c38
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/037425-2024
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
98 - Other community, social and personal services
-
- CPV Codes
50241100 - Vessel repair services
71336000 - Engineering support services
71631400 - Technical inspection services of engineering structures
71631420 - Maritime safety inspection services
98363000 - Diving services
Notice Value(s)
- Tender Value
- £71,200,000 £10M-£100M
- Lots Value
- £71,200,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Nov 20241 years ago
- Submission Deadline
- 19 Dec 2024Expired
- 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
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Attn: Dave Kingscott, Attn: Jordan Thornell
- Contact Email
- desshipscomrcl-salmo-multiuser@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
- TLK13 Gloucestershire CC
-
- 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
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-044c38-2024-11-19T16:48:51Z",
"date": "2024-11-19T16:48:51Z",
"ocid": "ocds-h6vhtk-044c38",
"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": "S&MOCB/3435",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "708422450 - Provision of Underwater Engineering Services (UES)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "98363000",
"description": "Diving services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50241100",
"description": "Vessel repair services"
},
{
"scheme": "CPV",
"id": "71336000",
"description": "Engineering support services"
},
{
"scheme": "CPV",
"id": "71631400",
"description": "Technical inspection services of engineering structures"
},
{
"scheme": "CPV",
"id": "71631420",
"description": "Maritime safety inspection services"
},
{
"scheme": "TED_SERVICE_CATEGORY_DEFENCE",
"id": "26",
"description": "Other services"
}
],
"mainProcurementCategory": "services",
"description": "Further to Prior Information Notice (PIN) (2024/S 000-009553 and tender_376292/1355807), the Authority has a requirement for the Provision of Underwater Engineering Services (UES) and is inviting registrations of interest from Potential Providers through completion and submission of a Dynamic Pre-Qualification Questionnaire (DPQQ). To view this Defence Opportunity and access the DPQQ please visit: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56768 Underwater Engineering Services (UES) in the United Kingdom and worldwide, is carried out to support the Royal Navy (RN) and Royal Fleet Auxiliary (RFA) platforms and is managed on behalf of the Ministry of Defence (MoD) by the Authority (Defence, Equipment and Security (DE&S)), (Salvage and Marine Operations Delivery Team (SALMO DT)). The Authority requires one or more suppliers to deliver the following over an approximate seven-year contract including option years: * Provision of commercial diving services to UK Health and Safety Executive Diving at Work Regulations inland/inshore Approved Code of Practice both in the UK and overseas to conduct a range of underwater inspection, maintenance, and repair activities on HM ships. * Provision of services to review, update and generate new underwater engineering technical procedures, including the generation of engineering drawings and manufacturing data packs. * Provision of services to inspect, repair and manufacture, or supply specialist underwater engineering equipment including, but not limited to, hull aperture blanks, cofferdams, hull cleaning equipment and any other bespoke items required to fulfil underwater engineering tasks. The requirement is split into two (2) lots: Lot 1 - Provision of Underwater Engineering Services (UES) within the United Kingdom (UK), and Lot 2 - Provision of Underwater Engineering Services (UES) outside of the United Kingdom. Potential Providers may register an interest in Lot 1, Lot 2 or Lot 1 and Lot 2. The indicative value of Lot 1 (within the United Kingdom) is PS6.2 million pounds and Lot 2 (outside of United Kingdom) is PS65 million pounds. The values shown in relation to Lot 1 and Lot 2 are estimates only of the potential total value of any resultant Framework Contract(s). The Authority may order or place tasks to a total value less than the estimated values and shall not be bound to place any orders or tasks under either Lot 1 or Lot 2. The Authority provides no guarantee of any throughput of work under either Lot 1 or Lot 2. No business whatsoever is guaranteed under any resultant 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. Potential Providers should take part in this process only on the basis that they fully understand and accept this position. Quantity or scope: The indicative value of Lot 1 (within the United Kingdom) is PS6.2 million pounds and Lot 2 (outside of United Kingdom) is PS65 million pounds. The values shown in relation to Lot 1 and Lot 2 are estimates only of the potential total value of any resultant Framework Contract(s). The Authority may order or place tasks to a total value less than the estimated values and shall not be bound to place any orders or tasks under either Lot 1 or Lot 2. The Authority provides no guarantee of any throughput of work under either Lot 1 or Lot 2. No business whatsoever is guaranteed under any resultant 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. Potential Providers should take part in this process only on the basis that they fully understand and accept this position.",
"value": {
"amount": 71200000,
"currency": "GBP"
},
"minValue": {
"amount": 20000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2,
"awardCriteriaDetails": "Lot 1 and Lot 2"
},
"lots": [
{
"id": "1",
"title": "Lot 1 - Provision of Underwater Engineering Services (UES) in the United Kingdom.",
"description": "Provision of Underwater Engineering Services (UES) in the United Kingdom. Quantity or scope: The indicative value of Lot 1 (within the United Kingdom) is PS6.2 million pounds. The values shown in relation to Lot 1 and Lot 2 are estimates only of the potential total value of any resultant Framework Contract(s). The Authority may order or place tasks to a total value less than the estimated values and shall not be bound to place any orders or tasks under either Lot 1 or Lot 2. The Authority provides no guarantee of any throughput of work under either Lot 1 or Lot 2. No business whatsoever is guaranteed under any resultant 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. Potential Providers should take part in this process only on the basis that they fully understand and accept this position. Additional information: 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.",
"value": {
"amount": 6200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "As set out in the attached Dynamic Pre-Qualification Questionnaire Guidance Instructions"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "2 (two) x 1-year options to extend the contract duration."
},
"status": "active"
},
{
"id": "2",
"title": "Lot 2 - Provision of Underwater Engineering Services (UES) outside the United Kingdom.",
"description": "Provision of Underwater Engineering Services (UES) outside the United Kingdom. Quantity or scope: The indicative value of Lot 2 (outside of United Kingdom) is PS65 million pounds. The values shown in relation to Lot 1 and Lot 2 are estimates only of the potential total value of any resultant Framework Contract(s). The Authority may order or place tasks to a total value less than the estimated values and shall not be bound to place any orders or tasks under either Lot 1 or Lot 2. The Authority provides no guarantee of any throughput of work under either Lot 1 or Lot 2. No business whatsoever is guaranteed under any resultant 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. Potential Providers should take part in this process only on the basis that they fully understand and accept this position. Additional information: 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.",
"value": {
"amount": 65000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "As set out in the attached Dynamic Pre-Qualification Questionnaire Guidance Instructions"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "2 (two) x 1-year options to extend the contract duration. 1 (one) x option for Contractor to provide and forward-base diving equipment."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50241100",
"description": "Vessel repair services"
},
{
"scheme": "CPV",
"id": "71336000",
"description": "Engineering support services"
},
{
"scheme": "CPV",
"id": "71631400",
"description": "Technical inspection services of engineering structures"
},
{
"scheme": "CPV",
"id": "71631420",
"description": "Maritime safety inspection services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Within the United Kingdom"
},
"relatedLot": "1",
"classification": {
"scheme": "CPV",
"id": "98363000",
"description": "Diving services"
}
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50241100",
"description": "Vessel repair services"
},
{
"scheme": "CPV",
"id": "71336000",
"description": "Engineering support services"
},
{
"scheme": "CPV",
"id": "71631400",
"description": "Technical inspection services of engineering structures"
},
{
"scheme": "CPV",
"id": "71631420",
"description": "Maritime safety inspection services"
}
],
"deliveryAddresses": [
{
"region": "UKK13"
}
],
"deliveryLocation": {
"description": "Outside the United Kingdom i.e. Worldwide"
},
"relatedLot": "2",
"classification": {
"scheme": "CPV",
"id": "98363000",
"description": "Diving services"
}
},
{
"id": "0",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKK13"
}
],
"deliveryLocation": {
"description": "Lot 1 - Provision of Underwater Engineering Services (UES) in the United Kingdom. Lot 2 - Provision of Underwater Engineering Services (UES) outside the United Kingdom."
}
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://www.contracts.mod.uk",
"communication": {
"atypicalToolUrl": "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": "As set out in the Dynamic Pre-Qualification Questionnaire (DPQQ) and associated Dynamic Pre-Qualification Questionnaire Guidance Instructions.",
"minimum": "As set out in the Dynamic Pre-Qualification Questionnaire (DPQQ) and associated Dynamic Pre-Qualification Questionnaire Guidance Instructions.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As set out in the Dynamic Pre-Qualification Questionnaire (DPQQ) and associated Dynamic Pre-Qualification Questionnaire Guidance Instructions.",
"minimum": "As set out in the Dynamic Pre-Qualification Questionnaire (DPQQ) and associated Dynamic Pre-Qualification Questionnaire Guidance Instructions.",
"appliesTo": [
"supplier"
]
}
],
"description": "As set out in the attached Dynamic Pre-Qualification Questionnaire Guidance Instructions."
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
},
{
"id": 1,
"documentType": "biddingDocuments",
"url": "www.contracts.mod.uk"
}
],
"contractTerms": {
"performanceTerms": "As stated in the Terms and Conditions of Contract and Contract Schedules. The Authority reserves the right to amend such Terms and Conditions of Contract and Contract Schedules prior to the issue of any invitation for tenders. 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.",
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true,
"otherTerms": "As stated in the Terms and Conditions of Contract and Contract Schedules. The Authority reserves the right to amend such Terms and Conditions of Contract and Contract Schedules prior to the issue of any invitation for tenders. 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.",
"financialTerms": "As stated in the procurement documents. Electronic Trading Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and 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",
"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."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "DSPCR 2011 Regulation 20(10).",
"minimumParticipants": 1,
"period": {
"durationInDays": 2520
},
"value": {
"amount": 71200000,
"currency": "GBP"
}
}
},
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2025-01-31T00:00:00Z",
"minimumCandidates": 5,
"maximumCandidates": 5
},
"tenderPeriod": {
"endDate": "2024-12-19T17:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"variantPolicy": "notAllowed",
"depositsGuarantees": "The Authority reserves the right to request a Parent Company or Bank Guarantee."
},
"hasRecurrence": false,
"hasOptions": true,
"options": {
"description": "Lot 1: 2 (two) x 1-year options to extend the contract duration. Lot 2: 2 (two) x 1-year options to extend the contract duration. 1 (one) x option for Contractor to provide and forward-base diving equipment."
},
"hasRenewal": false,
"contractPeriod": {
"durationInDays": 2520
},
"milestones": [
{
"id": "1",
"type": "securityClearanceDeadline",
"dueDate": "2025-09-30"
}
]
},
"parties": [
{
"id": "GB-FTS-48904",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Abbey Wood, Filton",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: Jordan Thornell",
"email": "desshipscomrcl-salmo-multiuser@mod.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-FTS-130735",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Defence Equipment and Support (DE&S), Salvage and Marine Operations Team, Ash 2A, Mailpoint 3212, MOD Abbey Wood, Bristol",
"locality": "Bristol",
"region": "UKK13",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: Dave Kingscott",
"email": "desshipscomrcl-salmo-multiuser@mod.gov.uk",
"url": "http://www.contracts.mod.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"
}
]
}
},
{
"id": "GB-FTS-130736",
"name": "Defence Equipment and Support (DE&S)",
"identifier": {
"legalName": "Defence Equipment and Support (DE&S)"
},
"address": {
"streetAddress": "Salvage and Marine Operations Team, Ash 2A, Mailpoint 3212, MOD Abbey Wood, Bristol",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "desshipscomrcl-salmo-multiuser@mod.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-130737",
"name": "Defence Equipment and Support (DE&S)",
"identifier": {
"legalName": "Defence Equipment and Support (DE&S)"
},
"address": {
"streetAddress": "Salvage and Marine Operations Team, Ash 2A, Mailpoint 3212, MOD Abbey Wood, Bristol",
"postalCode": "BS34 8JH"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-130735",
"name": "Ministry of Defence"
},
"language": "en"
}