CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-025072/EN)
Nature of contract:
Procedure: Not applicable

Contract notice

Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence
Ash 2A # 3203, Abbey Wood South
Bristol
Postal code: BS34 8JH
United Kingdom
For the attention of: DeSouza Lorna
Email: Lorna.DeSouza753@mod.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: 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) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: 708901450_BOATS-0011- Workboats In-Service Support
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 3: Air transport services of passengers and freight, except transport of mail
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:This contract will provide in-service support to a fleet of thirty-five workboats operated by the United Kingdom (UK) Ministry of Defence (MOD). These boats range from 11 metres to 18 metres in length and their modular design allows them to support various users based in both domestic and overseas locations.
II.1.6) Common procurement vocabulary (CPV): 50244000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
a) The scope of this contract is to provide in-service support to these workboats thus providing capability to the user community.
b) The boats are quantified as per the following:
1 in number 18M HMS MAGPIE fitted out with Hydrographic Survey Equipment
10 in number 11M Workboats
6 in number 15M Workboats fitted with Dive Support System
1 in number 15M Route Survey Boat
3 in number 11M Workboats fitted with Hydrographic Survey Equipment
3 in number 15M Workboats fitted with Hydrographic Survey Equipment
8 in number 15M Workboats fitted out for officer training
3 in number 13.8M Workboats fitted out for passenger transfer
No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation will be paid if a tender or resulting framework agreement is withdrawn for any reason. Additionally, the Authority reserves the right to transfer MOD Boats between locations and users, and remove boats throughout the life of the contract. Bidders should take part in this process only on the basis that they fully understand and accept this position.
II.2.2) Information about options:

II.2.3) Information about renewals:
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:
An indemnity, guarantee or bank bond may be required to support the contract. The Authority reserves the right to ask for an indemnity, (parent company) guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
In-Service Support tasks will be payable upon completion of each individual task.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering the contract.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
– Browse to the eSourcing Portal
– Click the “Click here to register” link
– Accept the terms and conditions and click “continue”
– Enter your correct business and user details
– Note the username you chose and click “Save” when complete
– You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
– Login to the portal with the username/password
– Click the “PQQs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier)
– Click on the relevant PQQ to access the content.
– Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
– This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
– Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
– You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
– You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
– Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
– There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
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.
Information and formalities necessary for evaluating if the requirements are met:
A Statement of Good Standing will be required as part of the Pre-Qualification
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers (if applicable)

III.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
(a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
Information and formalities necessary for evaluating if the requirements are met:
Two years audited accounts will be required as part of the DPQQ response.

Minimum level(s) of standards possibly required:

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
(a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
Information and formalities necessary for evaluating if the requirements are met:
Two years audited accounts will be required as part of the DPQQ response.

If the estimated annual contract value of £2,400,000 for this procurement exceeds fifty per cent (50%) of a Potential Provider’s annual turnover, the Potential Provider will not meet this qualification standard.

III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Sought through the DPQQ response
Minimum level(s) of standards possibly required:
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure

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:
This will be conducted in accordance with the Evaluation Criteria as set out in the DPQQ Guidance Instructions.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) 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) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
708901450-BOATS/0011
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
25.9.2023 – 17:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
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:

The Cyber Risk Level for this requirement is VERY LOW.
RAR-992606140.
Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at:

VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence Defence Equipment and Support
MOD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Email: lorna.desouza753@mod.gov.uk
VI.5) Date of dispatch of this notice:
25.8.2023

RELATED ARTICLES

May 4, 2026

Supply Chain Notice: WC1680030 - CY-AYN-CISP Tool: 124359-F/U PPM Remedial - Replacement of Chiller- Works WC1831796 - CY-DHK-CIDP Tool Ref: 124360- FY26/27-F/U PPM Remedial - Replacement of Chiller- Works

Type of document: Contract Notice Country: United Kingdom 1. Title: Supply Chain Notice: WC1680030 – CY-AYN-CISP Tool: 124359-F/U PPM Remedial – Replacement

May 3, 2026

715855513 - UK2 - Preliminary Market Engagement

Type of document: Contract Notice Country: United Kingdom Publication Ref: 040676/S 000-2026 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type