Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Oil Fuel Depot Gosport, Tank Farm Project.

  • First published: 30 May 2017
  • Last modified: 30 May 2017
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Unknown
Authority ID:
AA47308
Publication date:
30 May 2017
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)

Delancey Building, Marlborough Lines, Monxton Road

Andover

SP11 8HJ

UK



diocomrcl-3a5@mod.uk


https://www.gov.uk/government/organisations/defence-infrastructure-organisation


Checked box
Unchecked box
Unchecked box
Checked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Oil Fuel Depot Gosport, Tank Farm Project.

II.1.2)

Type of works contract

Unchecked box
Checked box
Unchecked box

Main site or location of works, place of delivery or performance

Hampshire and Isle of Wight.


UKJ3

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Oil terminal construction work. Oil-storage tanks. Construction work for oil pipelines. Storage tanks. The Oil Fuel Depot (OFD) Gosport has been operational for more than 100 years and some of the current operational infrastructure was constructed before World War One. All tanks are of riveted plate steel construction. This type of tank construction ceased in the commercial sector in the 1960's. The existing tanks have undergone packages of maintenance works to extend their out of service dates as agreed with the competent authority, the Health and Safety Executive.

The requirement is to raze and rebuild the tanks and associated infrastructure at the Oil Fuel Depot in Gosport whilst keeping the site open and maintaining operational capability for the customer. To achieve this requirement the works will need to be completed in a phased delivery approach, bringing new tanks online to align with the existing tank ‘out of service’ dates in order to maintain the fuel holding requirements.

The Contractor will be responsible for all activities associated with the raze and rebuild element, including but not limited to demolition and targeted re-mediation activities on the new Tank Farm footprint. The new tank farm scope will include but is not limited to:

— Fuel Storage Tanks — Envisaged 6 primary storage tanks with 5 smaller supporting tanks.

— Bunding in accordance with current operational standards.

— Associated pipework.

— Fuel delivery systems including pump sets.

— Admin / control room.

— Security elements in line with MOD Standards.

II.1.6)

Common Procurement Vocabulary (CPV)

45255210
44611410
45231210
44611400

II.1.7)

Information about subcontracting

Checked box
Checked box
Unchecked box
Unchecked box
Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The Authority anticipates that the value of the Contract will be in the region of 40 000 000 GBP — 60 000 000 GBP.

 40 000 00060 000 000
GBP

II.2.2)

Information about options

Provisional timetable for recourse to these options

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

34

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The Authority reserves the right to request an indemnity, guarantee e.g. Parent Company guarantee, bank bond or other forms of security if the Supplier does not meet the required standard for economic and financial standing. Further details will be provided in the tender documents.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment will follow delivery and acceptance of the works, using a milestone payment schedule linked to the successful completion of key activities.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

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.

III.1.4)

Other particular conditions to which the performance of the contract is subject

A Security Aspects Letter may be issued to define certain aspects of the Invitation to Negotiate or Contract and how they should be marked and protected.

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.

III.1.5)

Information about security clearance


III.2)

Conditions for Participation

III.2.1)

Personal situation



The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC of the European Parliament and of the Council (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC of the European Parliament and of the Council (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.

A declaration of good standing will be sought in the Pre-Qualification Questionnaire.




III.2.2)

Economic and financial standing



Shall be detailed in the Pre-qualification Questionnaire.









III.2.3)

Technical and/or professional capacity



Information to evaluate technical and/or professional capacity and capability will be sought through the Pre-Qualification Questionnaire.









III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

34

Objective criteria for choosing the limited number of candidates

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on https://www.contracts.mod.uk/delta

You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: 7756D5VUPU. Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is 26.6.2017 17:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing — support@contracts.mod.uk or call 0800 282 324.

Interested suppliers are required to complete the Dynamic Pre-qualification Questionnaire (PQQ) to provide information that allows the Authority to evaluate the supplier's capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.

The Authority will use the Dynamic PQQ response to create a short-list of tenderers who:

(1) are eligible to participate under Section III.2.1) of this Contract Notice;

(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and

(3) best meet in terms of capacity and capability the selection criteria set out in Sections III.2.2) and III.2.3) of this Contract Notice.

Full details of the method for choosing the tenderers are set out in the Dynamic PQQ Guidance Document and Dynamic PQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

DIOCB2/112

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 26-06-2017  17:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

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 instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions 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. The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

The Cyber Risk level for this project has been assessed as Low.

The Authority is looking for a Prime Contractor only to deliver the complete Works.

Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MOD Defence Contracts Bulletin and www.contracts.mod.uk

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 www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system. GO Reference: GO-2017525-DCB-10279817.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)


Andover


UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 25-05-2017

ANNEX A

Additional Addresses and Contact Points

II)

Address and contact points from which specifications and additional documentation may be obtained



Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)

Delancey Building

Andover

SP11 8HJ

UK



DIOComrcl-3a5@mod.uk

Coding

Commodity categories

ID Title Parent category
45231210 Construction work for oil pipelines Construction work for pipelines, communication and power lines
45255210 Oil terminal construction work Construction work for the oil and gas industry
44611410 Oil-storage tanks Tanks
44611400 Storage tanks Tanks

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.