Type of document: Contract Notice
Country: United Kingdom
MOD Addendum
GB-HMNB DEVONPORT: CONTRACT NOTICE/PQQ FOR SDA/DVP 700006408 – REPAIR AND MAINTENANCE SERVICES OF WARSHIPS – HMS ALBION ALTERATION & ADDITION PACKAGES (FTSP 02/19)
Region Codes: UKK41
Section I: Contract Title
Contract Title: GB-HMNB DEVONPORT: CONTRACT NOTICE/PQQ FOR SDA/DVP 700006408 – REPAIR AND MAINTENANCE SERVICES OF WARSHIPS – HMS ALBION ALTERATION & ADDITION PACKAGES (FTSP 02/19)
Section II: Identification Numbers
MOD Contract Notice Nr: SDA/DVP – 700006408
Contract Number: SDA/DVP – 700006408
Section III: Issuing Branch / Organisation Details
Notice Address:
Ministry of Defence, Ships, Warship Support
NBC(D) Commercial, Naval Base Headquarters, HMNB Devonport, N058, Ground Floor,, Plymouth, PL2 2BG, United Kingdom
Tel. 01752554008, Email: hana.zubka-hill100@mod.gov.uk
Attn: Miss H.R. Zubka-Hill
Section IV: Product / Service Descriptor Code
Industry Codes:
50640000 – Repair and maintenance services of warships.
Section V: Summary of Requirements / Description of Work
Summary of Requirements / Description of Work: Repair and maintenance services of warships. Repair and maintenance services of warships – HMS Albion Alteration & Additions (A&A) – FTSP 02/19.
This procurement is for Various A&A’s to the Landing Platform Dock (LPD) HMS Albion.
Due to urgent operational changes to the Fleet Time Programme, lots have been subject to minor revision. This revision does not materially change the estimated value of works. An extension of time to the PQQ submission deadline is provided for interested parties.
Lot 1 – Medical Department Re-arrangement;
Lot 2 – Socket Box Fixtures;
Lot 3 – Antenna Secure Patch Panel Enclosures;
Lot 4 – Stern Gate Locking;
Lot 5 – Bedplate Re-design;
Lot 6 – Drains to No 1 Deep Tank;
Lot 7 – Door Modification;
Lot 8 – Magazine Lockers;
Lot 9 – Salt Water System Valves;
Potential providers shall be invited and able to Tender for multiple(s), all or single lots. Lots may be subject to change. The Authority reserves its right to remove lots and/or include a contract option for any additional or emergent lots.
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: 3NK7Q4JH5N. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 10/06/2019 12:00. 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.
Limitations:
The following limitations on the number of Potential Provider’s invited to Tender or to participate shall be subject to the following ranges.
Range Minimum – 3
Range Maximum – 6
Objective Scoring Criteria/Weighting for choosing the limited number of Potential Providers:
1. Part 1: FORM A: Organisation and Contact Details – 4%
1.1 Organisation Details – 1%
1.2 Contact Details – 1%
1.3 Consortia and Sub-Contracting – 1%
1.4 For completion by non-UK businesses only – 1 %
2. Part 1: FORM B – Grounds for Mandatory Rejection – PASS/FAIL
3. Part 1: FORM C – Grounds for discretionary rejection – PASS/FAIL
4. PART 1: FORM D – Economic and Financial Standing – PASS/FAIL
5. PART 1: FORM E – Technical and Professional Ability – 25%
5.1 Experience and Contract Examples – 13%
5.2 Experience and Contract Examples – 2%
5.3 Electronic Trading – 5%
5.4 Mandatory Selection Criterion for the Government’s Cyber Essentials Scheme – 5%
6. PART 2: FORM F: Project Questions – 60%
6.1 Technical Capability – 15%
6.2 Additional Questions for Technical or Professional Capability – 15%
6.3 Availability – 10%
6.4 Quality – 10%
6.5 Health & Safety – 10%
7. PART 2: FORM G: Defence and Security Questions – 9%
7.1 Security of Supply – 4%
7.2 Security of Supply (2) – 1%
7.3 Intellectual Property Rights – 4%
8. Signature – 2%
8.1 Confirmation – 1%
8.2 Form Completed By – 1%
The pass threshold which must be achieved is 80%. Responses from Potential Providers that do not meet or exceed the pass threshold, shall be unable to progress to the next stage of the procurement.
Where more than one Potential Provider is technically compliant and receives the same score as another Provider then preference shall be given to the Provider who scores higher marks against sub-sections with a greater weighting; where the following sub-section order of precedence shall apply:
1. Part 1: FORM B – Grounds for Mandatory Rejection – PASS/FAIL
2. Part 1: FORM C – Grounds for discretionary rejection – PASS/FAIL
3. PART 1: FORM D – Economic and Financial Standing – PASS/FAIL
4. PART 2: FORM F: Project Questions – 60%
5. PART 1: FORM E – Technical and Professional Ability – 25%
6. PART 2: FORM G: Defence and Security Questions – 9%
7. PART 1: FORM A: Organisation and Contact Details – 4%
8. SIGNATURE – 2%
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.