Construction Tenders

Sat July 20 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 19th Jul 2024

Tender Details
Referenceocds-h6vhtk-0482be
Common Procurement VocabularyEngineering services
Procurement MethodOpen procedure
Value£8,000,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 19th Jul 2024

Tender Details
Referenceocds-h6vhtk-0482be
Common Procurement VocabularyEngineering services
Procurement MethodOpen procedure
Value£8,000,000

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence

HMNB Clyde | Faslane

Helensburgh

G84 8HL

Contact

Chris MacEwan

Email

chris.macewan100 [at] mod.gov.uk

Telephone

+44 03001518003

Country

United Kingdom

NUTS code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://crowncommercialservice.bravosolution.co.uk/go/07138448018F9A5DA842

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://crowncommercialservice.bravosolution.co.uk/go/07138448018F9A5DA842

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk/go/07138448018F9A5DA842

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Other type

Submarine Delivery Agency

I.5) Main activity

Defence


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

711717455 - Delivery of Operational Safety Cases at HMNB Clyde

Reference number

711717455

II.1.2) Main CPV code

  • 71300000 - Engineering services

II.1.3) Type of contract

Services

II.1.4) Short description

There is a requirement to establish, and maintain across the project timeframe, a suitably qualified and experienced technical team and deliver a suite of Operational Safety Cases (OSCs) for His Majesty’s Naval Base (Clyde) (HMNB(C)) to Relevant Good Practice (RGP) and within the timescales imposed by the HMNB(C) Dreadnought Readiness Date.

II.1.5) Estimated total value

Value excluding VAT: £8,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

HMNB Clyde | Faslane

II.2.4) Description of the procurement

The Government White Paper published in December 2006 set out the United Kingdom (UK) Government’s intention to retain a minimum assured independent strategic nuclear deterrent for the foreseeable future. This will be fulfilled by the Dreadnought SSBN as the replacement for the V-Class.

Operationally, the Dreadnought Nuclear Powered Warship (NPW) will provide the ‘replacement’ capability for the V-Class NPW rather than providing a ‘new’ capability. Consequently, the expected mission and functional requirements can be assumed to be essentially the same as those of the V-Class NPW. However, the reactor design in Dreadnought is Pressurised Water Reactor (PWR) 3 as opposed to PWR2 in V-Class – the change in design of the reactor and its associated systems means that Safety Justifications (SJs) for Dreadnought operations at HMNB(C) may place different requirements to V-Class.

Consequently, there is a requirement to establish, and maintain across the project timeframe, a suitably qualified and experienced technical team and deliver a suite of Operational Safety Cases (OSCs) for His Majesty’s Naval Base (Clyde) (HMNB(C)) to Relevant Good Practice (RGP) and within the timescales imposed by the HMNB(C) Dreadnought Readiness Date.

The suite of OSCs will justify NPW activities undertaken at the HMNB(C) Authorised Site, initially to justify Dreadnought activities and enable HMNB(C) to meet the Dreadnought Readiness Date, and ultimately to update the OSCs to justify Astute and Vanguard Class activities so that the HMNB(C) safety cases for all NPW activities meet RGP.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £8,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 March 2028

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Tenderer shall provide evidence that the organisation has a Quality Management System which is certified to ISO 9001 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Body (NAB).

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

The Tenderer shall provide evidence of relevant experience in the nuclear industry (preferably at HMNB(C) or the wider Defence Nuclear Industry) which demonstrates their capability to undertake the scope of the OSC programme.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

26 August 2024

Local time

12:00am

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

26 August 2024

Local time

9:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Submarine Delivery Agency

HMNB Clyde | Faslane

Helensburgh

G84 8HL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

N/A

N/A

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

N/A

VI.4.4) Service from which information about the review procedure may be obtained

N/A

N/A

Country

United Kingdom