CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-BRISTOL: Repair and maintenance services of ships.

Section I: Contracting Authority
Title: UK-BRISTOL: Repair and maintenance services of ships.
I.1)Name, Addresses And Contact Point(s)
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
Ash 2a #3203 Defence Equipment and Support, BRISTOL, BS34 8JH, United Kingdom
Email: DESShipsComrcl-CSS-FISS-Group@mod.uk
Main Address:

I.2)Type Of Purchasing Body
Not Provided

Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Commercially Supported Shipping (CSS) Future In-Service Support (FISS) – Through Life Support Requirement
II.1.2)Short description of the contract or purchase:
Repair and maintenance services of ships. The Commercially Supported Shipping (CSS) Team manages the In-Service support of a diverse range of platforms which includes the Royal Fleet Auxiliary (RFA) flotilla and the Royal Navy (RN) Hydrographic and Patrol (H&P) including Survey Ships. The majority of contracts which support these platforms will expire in 2018. This advert relates specifically to the RFA and HMS Scott (Ocean Survey Vessel) requirements currently supported under long-term through-life-support contracts.
The 14 (fourteen) vessels in scope (thirteen (13) RFA and one (1) OSV) have been split into three (3) Lots, to best utilise learning from experience, whilst ensuring competition and value for money is achieved. The successful bidder(s) must support all requirements within their allocated Lot(s) over the ten (10) year framework agreement duration. In order to preserve competition or ensure reliability of supply although tenderers will be able to submit bids for all three (3) lots, the maximum number they can be awarded is two (2).

II.1.3)Common procurement vocabulary:
50241000 – Repair and maintenance services of ships.

Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice):
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: CSS/0096
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender

Notice Reference: 2016 – 191231
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 25/10/2016

Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Additional Information

VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice

VI.3.3)Text to be corrected in the original notice:

Place of text to be modified: VI.3) Additional Information

Instead of:

Read: To clarify; although mostly VAT exempt, elements of this requirement will attract VAT where appropriate.

VI.3.4)Dates to be corrected in the original notice: Not Provided

VI.3.5)Addresses and contact points to be corrected:
Not Provided

VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other 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.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.

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 Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. Potential suppliers are to also note that the MOD is currently in the process of changing its P2P system, with the final planned stage of the rollout expected in 2017. You can find details on the current P2P system at www.d2btrade.com. The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).
– 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.
– For each Lot comprising this Invitation to Negotiate the price evaluation will be based on the total cost to MOD for that Lot. These additional costs may include, but will not necessarily be limited to:
(1) Additional costs of transporting equipment or other stores to the waterfront bases, for example if an overseas waterfront base is proposed;
(2) Additional customs and revenue charges, for example if an overseas waterfront base is proposed;
(3) Additional Travel and Subsistence for Ships Crew for Harmony Time.
Plus any potential costs associated with:
(4) Relocation of the current joint working team, comprising RFA and civilian staff; and
(5) Relocation of on-site stores.
These costs will be articulated in the Invitation to Negotiate.
To clarify; although mostly VAT exempt, elements of this requirement will attract VAT where appropriate.
– The current Lotting strategy, which the Authority reserves the right to change, states that a bidder can bid for all Lots but may be restricted to win a maximum of two (2).
– The following vessels currently have an out of service date that falls within the contract duration: Lot 1 – RFA FORT AUSTIN, RFA FORT ROSALIE, and RFA FORT VICTORIA in 2025; and Lot 2 – RFA ARGUS in 2024 and HMS SCOTT in 2022. The vessel out of service dates are for illustrative purposes only, and may be subject to change.
– This advert is in relation to Prior Information Notice 2016/S 129-232289 published in tenders electronic daily on 7 July 2016.
-The DPQQ Access codes are 672W98TB45 for Lot 1, 7TD3XTY6RK for Lot 2 and 654WV96N78 for Lot 3. Should you have any issues responding to any of the DPQQ’s via the DCO please follow the instructions in this advert or contact the CSS FISS Group Email account. The deadline for responding to the DPQQ’s is 23:55 on 29 November 2016.
-The DPPQ Guidance Instructions Document is included as Supporting Documentation with each DPQQ. Potential Providers are advised to read through this carefully before commencing their DPQQ response. Another document is attached with each DPQQ to provide Potential Providers with further information on the specific Vessels in scope of the FISS Through Life Support requirement which the Authority would also recommend is read prior to any response being submitted.
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: 672W98TB45.

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 Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.

VI.5)Date of dispatch: 25/10/2016

RELATED ARTICLES

December 17, 2025

UK2 - Preliminary Market Engagement

Type of document: Contract Notice Country: United Kingdom Publication Ref: 083457/S 000-2025 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type

December 17, 2025

715729493 UK1 - Merlin Mk2 Continuing Design Services

Type of document: Contract Notice Country: United Kingdom Publication Ref: 083272/S 000-2025 Nature of contract: Service contract Procedure: Not specified Regulation of procurement: Not applicable Type