Stotles logo
Closed

Defence Marine Services – Supply and Maintenance of Authority Moorings, Markers and Targets

Published

Value

142,400,000 GBP

Description

The Contract covers the following services: the maintenance of moorings, target moorings and navigation marks owned by the Authority, the replacement of moorings and navigation marks with telemetry buoys and the sourcing, storage and supply of moorings and navigation mark components. The maintenance and replacement of moorings, target moorings and navigation marks service will be provided at various locations around the UK Coast including Gibraltar and Cyprus. The supply of moorings and navigation mark components to a UK based nominated point of departure to enable the Authority to transport to the Ascension Island and Falkland Islands. The Contract duration is envisaged to be 96 months. To facilitate service delivery the intent is to transfer ownership of an Authority owned vessel to the new service provider under a Contractor Owned Contractor Operated (COCO) agreement subject to equitable financial renumeration. This vessel and any other vessel operated under this contract shall be UK Flagged and Certified. The specification for the services will include the following: • Maintenance in accordance with the Mooring Maintenance Programme (MMP), a schedule of routine mooring and navigation mark maintenance to ensure moorings and navigation marks remain safe to operate. • A Moorings Replacement Programme (MRP) to replace moorings and navigation marks with telemetry buoys. The MRP will involve the total removal of the legacy mooring, the design and assurance of the new moorings, the procurement of replacement components and the installation and assurance of the new moorings. • The sourcing, storage, and delivery of components to an authority nominated UK point of departure, allowing the Authority to maintain moorings in Ascension Island and Falkland Islands. Full details of the service output including mooring, navigation marks and telemetry buoy volumetrics can be found within the Statement of Requirement (SoR). In addition to the vessel, the Authority will supply Government Furnished Assets (GFA) in support of the Contract services, including: • moorings and markers • spares and specialist equipment • Authority owned intellectual property The occupation and use of Authority owned facilities/property may be available to support service provision subject to separate leasing or licensing arrangements with the Defence Infrastructure Organisation (DIO). A significant proportion of existing moorings and markers spares are stored at the premises of the current service provider. Consequently, the new provider may need to provide their own storage and distribution facility. Staff will be transferred in accordance with TUPE regulations. Full TUPE data will be provided during the course of the tendering process. The Marine Services Procurement (Procurement) will be run under the Defence and Security Public Contracts Regulations (DSPCR 2011) using the Negotiated Procedure. Potential suppliers should register for access to the data room. Requests for access should be submitted to the Contact email: navyacq-dms-ngmooringnavmks@mod.gov.uk All queries regarding this advert must be submitted to the Email address listed above by no later than [XXXXX]. The DPQQ will be evaluated using the Defence Sourcing Portal (DSP). There will be no limitation on the number of operators who will be invited to negotiate or participate. Lot 1: The following are Key Principles, which the Authority believes that the Contractor and its supply chain will need to effectively fulfil, for the Moorings and Navigation Marks solution: 1. The ability to deliver a Service delivery contract to the scale and complexity of the mooring and navigation mark Services. 2. The successful solution will need to manage and accept into service specialist mooring vessels and/or other specialist mooring and marker assets including the supply of steel for the production of anchor cables to time, quality and cost, within a services delivery context. 3. The Supplier will hold the following certification before the effective contract date: a. UK MCA issued Document of Compliance (required by SCD); b. ISO 45001 Occupational Health and Safety; c. ISO 14001 Environmental Management; d. ISO 9001 Quality Management; e. ISO 1799 / BS 7799 Information Security Management. 4. The ability to manage both Authority stakeholders and the contract with appropriate governance, giving full consideration to security classifications and personnel security requirements, and providing management information in accordance with contract. 5. Operation and maintenance of vessels and other assets to the required standards, and production of supporting records and registers. 6. The contract Statement of Requirement will be output based to encourage and drive efficiencies though innovation. The service provider will be required to explore and identify opportunities for improvements and innovations. The Invitation to Negotiate (ITN) will include Social Value questions. The Authority anticipate that the service commencement date will be in 2025. The Authority reserve the right to make necessary adjustments to the procurement documentation and procurement dates prior to the release of the ITN. Further details will be provided in the Invitation to Negotiate documentation. Information about subcontracting The tenderer is required 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 is required to indicate any change occurring at the level of subcontractors during the execution of the contract. Subcontractors will be subject to the security requirements as defined in Information about security clearance. Information about security clearance Due to the nature of the services performed and access to sensitive service delivery areas, the performance of the contract is subject to contractor personnel holding Security Check (SC) level security clearance and compliance with local security requirements specific to the location of the services. Personnel without the appropriate clearance will not be granted unescorted access to the UK Naval Bases.

Timeline

Publish date

2 years ago

Close date

2 years ago

Buyer information

Ministry of Defence

Contact:
Gilbert Swinburn
Email:
navyacq-dms-ngmooringnavmks@mod.gov.uk

Explore contracts and tenders relating to Ministry of Defence

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by Ministry of Defence

Explore more open tenders, recent contract awards and upcoming contract expiries published by Ministry of Defence.

Explore more suppliers to Ministry of Defence

Sign up