Stotles logo
Closed

705520450 - JES/00141 - UW Support

Published

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 .

Timeline

Publish date

11 months ago

Close date

9 months ago

Buyer information

Ministry of Defence

Contact:
Attn: Ellis Huw
Email:
Huw.Ellis109@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