CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 181-324390/EN)
Nature of contract: Public works contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Works
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: Room X115, Bazalgette Pavilion, RAF Wyton
Town: Huntingdon
Postal code: PE28 2EA
Country: United Kingdom
Contact Person: Andy Kynaton
Telephone: +44 1480524513759
Email: DIOComrcl-2d1a@mod.uk
Nuts code: CY
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 96 Single Living Accommodation (SLA) RAF Akrotiri.

Reference number: DIOCB2/091
II.1.2) Main CPV code: 45210000
Supplementary CPV code:
IA01
II.1.3) Type of contract: Works
II.1.4) Short Description: Design and Build of 96 bed-space single living accommodation (SLA).
II.1.5) Estimated total value:
Value excluding VAT: 9000000 Currency: EUR
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
45210000
Supplementary CPV code: IA01

II.2.3) Place of performance
Nuts code: CY
Main site or place of performance:
Cyprus.

II.2.4) Description of the procurement:
The provision of 2 new-build single living accommodation (SLA) blocks of 48 bed spaces. Contract will be Contractor Design and Build under DEFCON2000 terms and conditions.
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: 9000000 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 15
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates: The range of suppliers will be limited through the evaluation of the PQQ (Pre Qualification Questionnaire).
Objective criterial will include but is not limited to:
Financial Standing;
Annual Turnover;
Technical Capability;
Capacity;
Experience in similar projects;
Industry Accreditations.

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:Potential Providers must hold a UKAS (or equivalent) accredited certificate of compliance with BS EN ISO 9001.
III.1.2) Economic and financial standing
List and brief description of selection criteria: Value of Annual Turnover.
Minimum level(s) of standards possibly required: Annual turnover value must be at least 17 000 000 EUR (seventeen million Euros) per annum.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

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:
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-10-17 Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3) Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.

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.
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
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
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: E644ZUW93C.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity 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 Help-desk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2016915-DCB-8794329.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 1179132548
VI.5) Date of dispatch of this notice:2016-09-15

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking