Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2016/S 221-403767/EN)
Nature of contract: Service contract
Procedure: Not applicable
Regulation of procurement: EU
Type of bid required: Not applicable
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Kentigern House, 65 Brown Street
Glasgow
Postal code: G2 8EX
United Kingdom
For the attention of: Lesley Shannon
Phone: +44 1412248233
Email: DIOComrcl-1e2@mod.uk
Fax: +44 1412248381
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Title attributed to the contract by the contracting authority/entity:
Future Overseas Procurement (FOP) — Overseas Prime Contract (OPC).
II.2) Type of contract and location of works, place of delivery or of performance:
SERVICES
Main site or location of works, place of delivery or of performance:
UKM34
Service category: Maintenance and repair services
II.3) Information on framework agreement
II.4) Short description of nature and scope of works or nature and quantity or value of supplies or services:
The Defence Infrastructure (DIO) intends seeking expressions of interest, via the completion of a Pre-Qualification Questionnaire (PQQ), from Potential Providers (PPs) for a resilient, yet flexible and agile,infrastructure support service capability across UK Defence’s overseas estate. Infrastructure support in this context includes a mix of Hard Facilities Management (HFM), Soft Facilities Management (SFM), low value capital works projects, management and operation of support infrastructure and accommodation (housing). The contract will also include arrangements to provide experience gaining opportunities for military personnel e.g. military chefs and Royal Engineers, who will be embedded within the supplier’s delivery team. The contract will initially provide for known scope in Cyprus, Gibraltar, Ascension Islands, Falkland Islands, Germany and a small number of isolated assets in wider Europe. The Contract will also include a worldwide capability for the provision of Professional Services, operational support and contract change (including the addition of other geographic areas and where necessary Safe Place to Train ) via the change management system. The services required are detailed in Section II.5 — CPV Codes, but may not be required at every location. Most of the requirements are currently contractorised, but the Authority may seek to outsource some services for the first time (not applicable to Gibraltar).In addition to the required services, there may be a requirement and/or a business opportunity to provide retail and leisure services at some of the locations, including unofficial and private functions. The Terms and Conditions for this contract are expected to be based on the NEC3 Term Services Contract. The Authority may wish to seek prices on the basis of lots, as well as for one Prime Contract, but this will be made clear in the Invitation to Negotiate documentation.
II.5) Common procurement vocabulary (CPV):
79993100, 72253000, 72514100, 75100000, 75123000, 77230000, 79993000, 80510000, 90500000, 90610000, 90620000, 90900000, 90910000, 90911000, 90922000, 98110000, 98311100, 98341110, 98341140, 98393000, 39000000, 45000000, 45110000, 45111000, 45111100, 45111310, 45111240, 45111291, 45112700, 45112730, 45112740, 45200000, 45210000, 45211100, 45213340, 45232150, 45232410, 45232451, 45216000, 45216200, 45220000, 45230000, 45231000, 45240000, 45243200, 45247100, 45247120, 45315300, 55000000, 55110000, 55511000, 55520000, 63721000, 63721300, 65100000, 65111000, 65130000, 65300000, 70332100, 70333000, 71500000, 71311240, 71314000, 71315400, 71356000, 72224000, 71310000, 71315000, 71631000, 71631300, 71631100
II.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 9.10.2018
II.7) Additional information:
The indicative date for issue of the Advert/PQQ is December 2016. PPs who wish to express an interest in this requirement are invited to attend an Industry Day which will be held in Kentigern House, 65 Brown Street Glasgow, G2 8EX on 13.12.2016. Companies interested in securing sub-contract opportunities with prospective Prime Contractors, may also attend the Industry Day, where they can make contact with prospective PQQ participant companies. PPs and potential sub-contract companies interested in attending the Industry Day should submit, by email, to the Contracting Authority point of contact in section I1, attendee details i.e. names of representative(s) and company name. This information must be submitted by 6 December 2016. The maximum representation per company is 2.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be provided with Invitation to Negotiate (ITN) documentation.
III.2) Conditions for participation
III.2.1) Information about reserved contracts
Section VI: Complementary information
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no.
VI.2) 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. 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 GO Reference: GO-20161114-DCB-9114051.
VI.3) Information on general regulatory framework
VI.4) Date of dispatch of this notice: 14.11.2016