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
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityOil Fuel Depot Gosport, Tank Farm Project. |
II.1.2)
|
Type of works contract
 |
|
 |
|
 |
|
Main site or location of works, place of delivery or performance
Hampshire and Isle of Wight. UKJ3 |
II.1.3)
|
Information on framework agreement
 |
|
|
II.1.4)
|
Information on framework agreement (if applicable)
 |
|
 |
|
|
|
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 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
 |
|
 |
|
 |
|
 |
|
 |
|
|
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 scopeThe 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 completion34 |
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
 |
|
 |
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate34 |
|
|
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
 |
|
|
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
 |
|
 |
|
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
|
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 |
|
|
|