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

MOD Request For Information

GB-Portsmouth: MS2022
1. Contract Title
Title attributed to the request by the Contracting Authority: GB-Portsmouth: MS2022

2. Contracting Authority:
Ministry of Defence, C&C, C&C
24 Store, HM Naval Base, Portsmouth, PO1 3LU, United Kingdom
Tel. 02392 720803, Email: david.dimer100@mod.gov.uk, URL: www.gov.uk
Contact: David Dimer, Attn: David Dimer

3. Object of the Request for Information:
Contracting Authority’s file Reference number: MS2022
Weblink to where further documentation can be obtained: www.contracts.mod.uk
Short description of requirement: Transport equipment and auxiliary products to transportation. Military defence services. Shipping operations. Navigation services. Marine-base support services. Shipping operations. Marine Services 2022 In Port, Out of Port, Moorings and Navigation
CPV codes :
34000000 – Transport equipment and auxiliary products to transportation.
75221000 – Military defence services.
60640000 – Shipping operations.
63724000 – Navigation services.
98362100 – Marine-base support services.
60640000 – Shipping operations.

Time-limit: 20/07/2020 24:00 Information Requested: 1. Notice to Reader and Disclaimer
This RFI forms a part of market engagement and is NOT part of any competitive procedure. Any information you submit will be considered solely for the purposes of building a greater understanding of the areas listed in Annexes A, B, C and D of this RFI.
Should the decision be made to formally compete the MS2022 requirement, any information provided will not be considered as part of a formal bid and must be re-submitted as part of the formal bid process. Information specific to the Industry participant provided through this process will not be shared or distributed directly to other participants.
The information contained in this RFI and any further information (whether written, electronic or oral) supplied by the Secretary of State and/or any of its representatives in respect of this RFI is, and will be, supplied on the condition that neither the Secretary of State, any of its representatives nor any agents, servants, officers or affiliates of the Secretary of State or its representatives whatsoever is liable for any error, omission, or inaccuracy therein nor for any loss or damage sustained by any party arising as a result of reliance on such information or any subsequent communication, including any error or omission or inaccuracy resulting from any negligent act or omission of any of the Secretary of State, its representatives or any other person (other than in respect of fraudulent misrepresentation). No party accepts any responsibility or gives any undertaking to provide further information, including any information required to correct any earlier inaccuracy or error.
Any participation in this industry market engagement and any response to this RFI is entirely at your cost and risk. The MOD is under no obligation to proceed with a formal procurement or in any other way proceed with the MS2022 project and shall not be liable to any participants for any costs arising from participation in this process.

2. Information Request
This RFI forms a multi-step process which will focus on the exchange of information in a number of specific areas. The focus of this RFI is to refresh information collected to date, confirm planning assumptions and to assess the changes since we last approached industry, especially any impact Covid 19 represents. It also focusses on greening, innovation and technology.
Future RFIs will be released in the coming weeks and months focussing on MS2022’s approach to Pricing and Incentivisation and Performance Measurement. Further information will also be released on opportunities for one-to-one discussions.
To achieve this, suppliers are invited to submit comments by responding to the questionnaire at Annexes A, B, C & D. Suppliers are invited to submit a single document containing all of the answers and numbered as at the tables at Annexes A, B, C & D. The RFI is located in the AWARD Portal in sub folders RFI 1 MER2 and under ‘MOD Documents for Suppliers’.

3. Background
Marine Services is a key enabler in supporting the generation of operational capabilities across Defence including Force Generation, the Royal Navy’s Continuous at Sea Deterrent and Future Fleet Operating Model.
MS2022 is a Navy Command Cat A project established to provide the following service delivery & vessel acquisition. The requirement has been separated into three independent procurements:
1. In-Port marine services in the three Naval Bases at Clyde, Devonport and Portsmouth and a vessel replacement programme;
2. Out-of-Port marine services within the Kyle of Lochalsh, Falmouth, Raasay Ranges and British Underwater Test and Evaluation Centre including the provision of tri-service training platforms and services both in UK waters and worldwide; and
3. Maintenance and replacement of moorings and navigational markers in UK waters and overseas. MS2022 will be a 3rd generation outsourcing contractual arrangement. The scope and requirement are therefore well understood and have been tested rigorously over many years.

4. Objectives
The principal MS2022 Procurement Objectives are as follows (ranked in order of priority):
1. Safe delivery of the Marine Services operations;
2. Ensure continuity of Service delivery;
3. Appropriate transfer and management of risk;
4. Achieving best value for money;
5. Facilitate the effective delivery of change within the commercial arrangements;
6. Open up the supply market.
5. Procurement Timeline
The indicative MS2022 project timelines are currently:
Milestone Calendar Year
Publish Contract Notice Q2 CY 2021
Publish PQQ Q2 CY 2021
Issue Invitation to Negotiate Q4 CY 2021
Select Winning Bidder Q2 CY 2023
Contract Award Q1 CY 2024
In Service Date Q4 CY 2024

6. Supplier Engagement Portal
Suppliers wishing to access the RFI and other supporting documents can register into the MS2022 Supplier Portal by visiting the following URL and completing a short registration process:

Please note that suppliers are requested to enter their registered company name in the ‘Team Name’ field.
All enquiries should be directed via the AWARD portal.
Project updates will be published periodically via the AWARD Data Room.

7. Responding to the RFI
Suppliers wishing to respond to this RFI are requested to do so via the AWARD Portal. Suppliers already registered need not re-register. Uploading of RFI responses should be made as follows:
• Open the Portal, select ‘documents’ from the blue header bar.
• Select ‘Upload’.
• Look for the folder ‘Supplier Uploaded Documents’ and click the ‘+’ in front to open up a folder called ‘RFI Responses’.
• Select ‘RFI Responses’ and click ‘Next’; the ‘Upload Document’ page will open.
• In ‘File*’ select ‘Browse’ and find the response file on your hard drive/network. Select ‘Save’.
• AWARD will upload your file to the RFI Responses Folder and associate your organisation name with it so that it remains accessible by only you and the Authority.

8. Clarification Questions
All clarification questions regarding this RFI should be posted through the AWARD Portal.
9. Response Timelines
Suppliers are requested to respond to this RFI by 24:00 (BST) 28 August 2020.
10. MOD Commercial Notice – Subject to Contract
• This RFI is Subject to Contract
• The existence of this RFI does not imply that UK MOD will make a purchase relating to the requirements within the indicated timescale, later, or at all.
• All information provided by UK MOD during discussions with industry is provided in good faith but is indicative only and does not constitute an invitation to tender or an offer of contract.
11. Supplier Commercially Sensitive/Confidential Information
Suppliers are requested to annotate all commercially sensitive/confidential information clearly and explicitly. Please provide your response to the themes listed in the tables below, highlighting which opportunity (In Port; Out of Port; Moorings and Navigation Buoys) your response refers to.
Please limit your response to 5 pages of A4 per question. Please clearly and explicitly annotate all commercially sensitive/confidential information provided so that the Authority can manage the provided information correctly.

ANNEX A – MS2022 Supplier Questionnaire – Generic

Q No. Theme Information requested
1 Timeline
Is the revised indicative procurement timeline realistic? What is the impact of the programme delay to your company?

2 Competition
How can we ensure we maximise the opportunity for competition and include all comers? Are we hitting the right media to generate the right level of interest?

3 COVID-19
What is the impact of COVID-19, to your ability to bid, the competition, to service delivery and to your industry?
4 Durations
Can you confirm that the contract durations and the contract construct – the split between the three contracts and the grouping of the SDAs to form each of the three contracts remains suitable and attractive to the Marine Services market?
5 Bidding
Please indicate which opportunity you intend to bid for? Do you intend to Bid as a single entity or as part of a consortium?

6 Corporate Social Responsibility
In addition to the extant legislative commitments (e.g. Anti-Slavery and MLC), what additional (voluntary?) CSR commitments do you see your Company employing in the provision of Marine Services to benefit personnel, the wider Marine Sector and communities.

ANNEX B – MS2022 Supplier Questionnaire – In-Port Marine Services

Q No. Theme Information requested
1 Improved Affordability and VFM What opportunities might exist for additional benefits / savings once on contract and what might be the incentivisation mechanisms employed?
2 Improved Affordability and VFM Given the scope and key features of the contract as proposed, do you envisage any opportunities for income generation and if so, can you provide example and estimated returns.
3 Reduce Operational Risk around Repair & Maintenance What opportunities would your Company wish to draw our attention to for improving reporting operational data and identify efficiencies in both operations (e.g. vessel availability) and maintenance routines?
4 IB 2 – Reduce Operational Risk around Repair & Maintenance
How does you Company intend to maximise on the opportunities your sub-contractors represent?

5 Fit for Future What technology innovations (both afloat and in shoreside support/management) have emerged since MS2022 last approached the market that your Company believes might feature in the proposed delivery solution?
Do the recommendations made in the ‘MS2022 Future Technologies for use in the Replacement Vessel Programme Paper’ (published on AWARD July 2019) remain feasible and sustainable?
6 Fit for Future Please confirm that your Company is content that the KURs and SoR as currently written remain deliverable, feasible and sustainable. How could they be refined to maximise opportunities to provide innovative delivery solutions?

7 Fit for Future What supply chain vulnerabilities might exist in relation to the supply of vessels and equipment and how might MS2022 consider mitigating these?
8 Improved Contract Definitions What opportunities exist for effective and efficient contract management that your Company would wish to draw our attention to.
9 Increased “Greener Fleet” to meet or exceed Legislative requirement (zero emissions) Part a) While MS2022 intends to continue to use F-76 Fuel as its fuel of choice because it meets the Sulphur Cap regulations for existing vessels operating in Sulphur Emissions Control Areas and is readily available without any changes to Dockyard infrastructure, given the length of contract duration other opportunities might emerge. Please confirm that your Company is content or not (with reasons) with this approach for the existing fleet.
Part b) If appropriate what innovations in fuel and pre/post engine treatments might emerge over the course of the contract to meet the IMO Tier III and subsequent emission control requirements for New or substantially altered Vessels that your Company would wish to draw our attention to.
10 Increased “Greener Fleet” to meet or exceed Legislative requirement (zero emissions) How does your Company intend future proofing to accommodate any future restrictions in exhaust gas emissions both for new vessels but also retrospectively applied to the existing fleet?
11 Enhanced Health & Safety Performance
What opportunities would your Company wish to draw our attention to for improving health and safety performance?

ANNEX C – MS2022 Supplier Questionnaire – Out of Port Services

Q No. Theme Information requested
1 Improved Affordability and VFM What opportunities might exist for additional benefits / savings once on contract and what might be the incentivisation mechanisms employed?

2 Reduce Operational Risk around Repair & Maintenance What opportunities would your Company wish to draw our attention to for improving reporting operational data and identify efficiencies in both operations (e.g. vessel availability) and maintenance routines?
3 Reduce Operational Risk around Repair & Maintenance How does you Company intend to maximise on the opportunities your sub-contractors represent?

4 Fit for Future What technology innovations (both afloat and in shoreside support/management) have emerged since MS2022 last approached the market that your Company believes might feature in the proposed delivery solution?
5 Fit for Future Please confirm that your Company is content that the KURs and SoR as currently written remain deliverable, feasible and sustainable. How could they be refined to maximise opportunities to provide innovative delivery solutions?
6 Fit for Future
What supply chain vulnerabilities might exist in relation to the supply of vessels and equipment and how might MS2022 consider mitigating these?
7 Improved Ways of Working What opportunities exist for effective and efficient contract management that your Company would wish to draw our attention to.
8 Increased “Greener Fleet” to meet or exceed Legislative requirement (zero emissions) What innovations in fuel or onboard technology do you believe might emerge are likely to be mature enough for widespread industry use over the course of the contract that your Company would wish to draw our attention to?
9 Increased “Greener Fleet” to meet or exceed Legislative requirement (zero emissions) How does your Company intend future proofing to accommodate any future restrictions in exhaust gas emissions both for new vessels but also retrospectively applied to the existing fleet?
10 Enhanced Health & Safety Performance What opportunities would your Company wish to draw our attention to for improving health and safety performance?

ANNEX D – MS2022 Supplier Questionnaire – Moorings & Navigational Markers
Q No. Theme Information requested
1 Improved Affordability and VFM What opportunities might exist for additional benefits / savings once on contract and what might be the incentivisation mechanisms employed?

2 Utilisation of Market Innovation Please confirm that your Company is content that the SoR as currently written remain deliverable, feasible and sustainable. How could it be refined to maximise opportunities to provide innovative delivery solutions?
3 Utilisation of Market Innovation Part a) What technology innovations (both afloat and in shoreside support/management) have emerged since MS2022 last approached the market that your Company believes might feature in the proposed delivery solution? Part b) What future technology innovations might emerge over the course of the contract both in terms of Mooring and Marker Technology and management/assurance that your Company would wish to draw our attention to.
4 Utilisation of Market Innovation What supply chain vulnerabilities might exist in relation to the supply of components and chain both in terms of delivery lead times and quality assurance/certification and how might MS2022 consider mitigating these?
5 Increased “Greener Fleet” to meet or exceed Legislative requirement (zero emissions) What innovations in fuel might emerge over the course of the contract that your Company would wish to draw our attention to?

6 Improved Health & Safety Performance What opportunities would your Company wish to draw our attention to for improving health and safety performance?

7 Moorings Manual/Design Authority The Moorings and Navigation Markers Contract will be delivered against standards set within the MoD Moorings Manual. This document contains both technical and policy standards and procedures and has been updated to reflect current standards and assurance processes. The Authority is keen to gain feedback on the content and usability of the Moorings Manual and is particularly keen to receive feedback on:

1) The proposed Mooring Authority, Equipment Authority and Design Authority structure and the requirement for the Contractor to act as the Equipment Authority and also subcontract an independent Design Authority.

2) The proposed Moorings Policy contained within section 105 including the Chain grade and certification requirements.

3) The suitability of the manual as the guiding document for the delivery of mooring services under the contract.

4) The suitability of the proposed standards for use in the Mooring maintenance and replacement programmes and proposed alternatives where deemed appropriate.


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