CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-Glasgow: Construction work.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Room 1.2.24, Kentigern House, 65 Brown Street, Glasgow, G2 8EX, United Kingdom
Tel. +44 1412248979, Email: DIOComrcl-1a3@mod.uk
Contact: Dean Millott
Main Address:

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Applications must be sent to: As Above

I.2)Type of the contracting authority and main activity or activities:
Ministry or any other national or federal authority, including their regional or local subdivisions

I.3) Main activity:
Defence

I.4) Contract award on behalf of other contracting authorities/entity:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Secondary Containment Improvement, Senoko, Singapore
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Design and Execution

Region Codes: UKM82 – Glasgow City
II.1.3)Framework agreements: Not Provided

II.1.5)Short description of the contract or purchase:
Construction work. Designs. The Oil Fuel Depot at Senoko is located at the northern edge of Singapore close to Sembawang Wharf. The value of the works is anticipated to be in the region of £9,000,000 GBP — £11,000,000 GBP. The works are primarily remedial works associated with the secondary containment bunds. The remedial measures include: adding an impermeable barrier to the bunds, increasing the containment volume (by increasing the bund heights with concrete walls) and providing new drainage infrastructure including new pumps. There will also be minor mechanical and electrical works to replace some existing systems which will be affected by the works.

Anticipated skills required:
— Design and construction knowledge of Oil Fuel Depots
— Design and construction of earthworks
— Installation of liner systems
— Design and construction of pumped drainage
— Working with contaminated ground
— Working in an operational site
— Design and installation of electrical and mechanical systems
— Overcoming difficult site access issues
— Knowledge of UK, military and Singaporean regulations

II.1.6)Common Procurement Vocabulary:
45000000 – Construction work.
IA01-9 – Design and construction

22314000 – Designs.

II.1.7)Information about subcontracting:
Not Provided
II.1.8)Division into lots: No
II.1.9)Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope (including all lots, renewals and options):
Not Provided
Estimated value excluding VAT:
Range between: 9,000,000 and 11,000,000
Currency: GBP

II.2.2)Options: No
II.2.3)Renewals: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided

III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
DEFCON 2000 comprising necessity to comply with but not limited to:
JSP440
JSP375
DEFCON658
III.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided

III.2)Conditions For Participation
III.2.1)Economic and financial capacity:
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers.
The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (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 (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 these criteria are at

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.

III.2.2) Economic and financial standing:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Not Provided
III.2.3) Technical and/or professional capacity:
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Not Provided
III.2.4) Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 6
Objective Criteria for choosing the limited number of candidates:
Criteria covering:

Part 1 – Core Question Modules
• Supplier identity, key roles and contact information
• Financial information
• Health and safety policy and capability

Part 2 – Optional Question Modules
• Equal opportunity and diversity policy and capability
• Environmental management policy and capability
• Quality management policy and capability

Part 3 – DSPCR Core Question Modules
• DSPCR 2011 Part 4 Regulation 23(1) – Mandatory exclusion
• DSPCR 2011 Part 4 Regulation 23(1) – Discretionary exclusion

Part 4 – Supplementary Question Module
• Supplementary / additional questions including in respect of organisational technical and/or professional capability

The above criteria is set out within PQQ PAS 91 which respondents will be asked to complete subsequently in order to potentially down select to the maximum number of companies required to be invited to tender with the Authority.

The questions within the PQQ will be evaluated as either Pass/Fail, Yes/No or a Scored Evaluation:
a. PASS/FAIL Evaluation. A number of PASS/FAIL questions each of which must be passed by the Potential Provider in order to progress (except where the Authority has discretion not to fail the Potential Provider). Where evidence has been requested to support a PASS/FAIL question this should be of an acceptable standard.
b. YES/NO Evaluation. A number of YES/NO questions each of which requires information to be provided by the Potential Provider in order to progress. Where evidence has been requested to support a YES/NO question this should be of an acceptable standard.
c. Scored Evaluation. An assessment through a Scoring methodology, by Subject Matter Experts (SMEs), of the responses and supporting evidence provided by a Potential Provider to each question with a range of criteria. The Authority may require Potential Providers to demonstrate a minimum capability in certain areas.
The evaluation criteria for each question is detailed within Appendix 1 of the PQQ. Potential Providers are to note that where a PASS/FAIL question allows the Authority the discretion to PASS/FAIL, then the Authority will exercise its discretion in determining the exclusion or not of a Potential Provider.
The Authority will score the Potential Provider’s response to each question based on its assessment of the evidence provided by the Potential Provider as detailed below.
Award Criteria and Evaluation Methodology
Except where indicated below, the PQQ responses will be allocated a PASS / FAIL mark, YES / NO mark or a Score ranging from 0 to 5 in accordance with the following categories:
Scoring Criteria

Except where indicated below, the PQQ responses will be allocated a PASS / FAIL mark, YES / NO mark or a Score ranging from 0 to 5 in accordance with the following categories:
a. Pass / Fail Question. If a “FAIL” is noted for any questions assessed on a “PASS / FAIL” basis, your inclusion on the Tender List may be precluded, subject to verification by the evaluation team.
b. Yes / No Question. If a “NO” is noted for any questions assessed on a YES / NO basis, your inclusion on the Tender List may not be precluded, however this is subject to verification by the evaluation team.
c. 0 – No Response – Unacceptable or insufficient information provided upon which to make a reasonable assessment. Response fails to provide confidence and demonstrates fundamental misunderstanding of the requirement. Your inclusion on the Tender List may be precluded, dependant on overall score and subject to verification by the evaluation team.
d. 1 – Poor Response – Limited, it lacks detail, credibility and/or explanation, and demonstrates only a basic understanding of the requirement. Partial responses provided, not linked to the key attributes of the questions – anecdotal in parts. The response provides limited evidence of processes, procedures, roles/responsibilities and professional competency etc. The answer contains ambiguities or deficiencies that may not be tolerated. Your inclusion on the Tender List will most likely be precluded, dependant on overall score and subject to verification by the evaluation team.
e. 2 – Satisfactory Response – demonstrates a satisfactory understanding of the requirement. The response outlines a level of professional competency. Response includes some key processes and procedures, linked to key attributes of the questions and demonstrates a reasonably acceptable approach that covers most areas, however, lacks depth and supporting evidence. Your inclusion on the Tender List may not be precluded; however this is subject to verification by the evaluation team.
f. 3 – Good Response – is sufficiently detailed to demonstrate a good understanding of the requirement. Demonstrable approach that is clear and consistent. Processes and procedures are reasonably well explained and logical. Response is clear, verifiable and covers all key attributes of the question. Your inclusion on the Tender List may not be precluded; however this is subject to verification by the evaluation team.

g. 4 – Very Good Response – demonstrates a strong understanding of the requirement. It provides specific details and clearly demonstrates professional competencies and works experience in relation to the question. Evidence provided to support a confidence in ability to deliver. The response identifies specific commendations/awards achieved in relation to the question being answered, that can be verified by the evaluation team.

h. 5 – Excellent Response – is comprehensive, unambiguous and demonstrates an excellent understanding of the requirement. Approach is detailed and includes robust and effective measures, with processes and procedures being clearly explained and perfectly logical. It provides specific details and clearly demonstrates professional competencies and relevant works experience in relation to the question. Clear and fully verifiable evidence provided that covers all attributes, providing high degree of confidence in ability to deliver. The response identifies specific commendations/awards achieved in relation to the question being answered, that can be verified by the evaluation team
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2)An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: DIOCB1/024
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2017/S 88 – 173089 of 06/05/2017

Other previous publications: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

Not Provided

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 22/12/2017
Time: 18:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 19/03/2018
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English

Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)The contract is related to a project and/or programme financed by European Union funds: Not Provided
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.

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

Please note that for the avoidance of any doubt this requirement will be undertaken in Singapore.

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
DIO Commercial, Kentigern House, 65 Brown Street, Glasgow, G2 8EX, United Kingdom
Tel. +44 1412248979

Body responsible for mediation procedures:
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Glasgow, United Kingdom

VI.4.2)Procedures for appeal: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Glasgow, United Kingdom

VI.5) Date Of Dispatch Of This Notice: 17/11/2017

ANNEX A


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 26, 2024

708933450 PORT AGENCY CONTRACT CYPRUS (PACC): DPQQ CN

Type of document: Contract Notice Country: United Kingdom 1. Title: 708933450 PORT AGENCY CONTRACT CYPRUS (PACC): DPQQ CN 2. Awarding Authority: Ministry of Defence Ministry

April 26, 2024

711280452 Electro-Magnetic Detect and Defeat (EMDaD) SME

Type of document: Contract Notice Country: United Kingdom 1. Title: 711280452 Electro-Magnetic Detect and Defeat (EMDaD) SME 2. Awarding Authority: Ministry of Defence MOD Abbeywood Bristol England BS34