Type of document: Contract Notice
Country: United Kingdom
Notice Type:MOD Contract Notice
GB-Intentionally Blank: United Kingdom Software Facility (UKSF) Facility Management
Region Codes: UKK
Section I: Contract Title
1. Contract Title: GB-Intentionally Blank: United Kingdom Software Facility (UKSF) Facility Management
2. Section (DIO only):
Section II: Identification Numbers
1. MOD Contract Notice Nr: TS/002
Section III: Relevant Dates
1. Deadline for Expression of Interest: 13/09/2018
2. Proposed/Estimated ITT Issue Date: 12/10/2018
3. Proposed/Estimated ITT Return Date: 30/11/2018
4. Proposed Issue Date of Contract: 31/03/2019
5. Proposed Completion Date of Contract: 31/03/2023
Section IV: Issuing Branch / Organisation Details
1. Notice Address
Ministry of Defence, Submarines, Trident Systems Project Team (TSPT)
Submarine Delivery Agency (SDA), Rowan 0a, #8215, Abbey Wood, Bristol, BS34 8JH, United Kingdom
Tel. 030679 37427, Email: UKSFCommercial@tribune.mod.uk
Contact: UKSF Commercial Manager
Section V: Product / Service Descriptor Code
1. Industry Codes:
45259000 – Repair and maintenance of plant.
Section VI: Summary of Requirements / Description of Work, Goods and Services
1. Summary of Requirements / Description of Work: Repair and maintenance of plant. The United Kingdom Software Facility (UKSF) is a facility above and below ground accommodating approximately 100 full time personnel, jointly operated and maintained by the Ministry of Defence (MoD) and contractors providing a mission critical capability. The capability is required until 2068 and the scope of work is currently delivered by a contract which expires in March 2019.
This requirement is for the Facility Management of UKSF. The Contract duration will be 48 months plus potential options for an additional four years. Options will be exercised solely at the Authority’s discretion.
The facility comprises of compartmentalised areas, covering approximately 3000 square meters, which are a mixture of offices, facility services and plant rooms. The scope of work includes routine inspection, maintenance, management, service of plant and machinery located below and above ground and also grounds maintenance. In addition the potential Supplier must have the capability & capacity to undertake additional works as required, these shall be placed as Tasks against a pre-determined emergent works budget.
Please note this procurement is for Hard Facility Management only, Soft Facility Management does not form part of the requirement.
Pursuant to Regulation 7(1) (a) this requirement is exempt from the DSPCR 2011. Furthermore, the procurement is exempt from the Public Procurement Regulations under Article 346(1) (a) and (b) of the TFEU apply.
The procurement will follow a competitive process. However, the ITT will not be published in DCO for security reasons and all potential suppliers who submit a PQQ will be notified directly following the PQQ down-selection process.
2. Main Place of Performance or Delivery: SOUTH WEST (ENGLAND)
3. Can a supplier bid alone for only a part of the contract?: No
Section VII: Reverse Auction
1. Reverse Auction: No. A Reverse Auction, conducted using electronic means, will not be used as part of the procurement process for this requirement.
Section VIII: Estimated Value of Requirement
1. Estimated Value of Requirement: Category E1: 4.5M – 10M GBP
Section IX: QA Standards
1. QA Standards: Other
2. If Other please specify: The potential supplier will need a Quality Management System that has been certified by an appropriate body, the certifying body must in turn be accredited by the UK Accreditation Service (UKAS).
Section XII: Additional Information
1. Additional Information:
Previous publication concerning this notice
Notice number in the DCO: PIN titled UKSF Facility Management. Published: 21 September 2017.
1st PQQ published: 8th March 2018
2nd PQQ published: 15th August 2018
FOCI Status
This work is subject to an international treaty. Because of this, potential Suppliers wishing to bid for this work must not be under Foreign Ownership, Control or Influence (FOCI). For the purposes of this PQQ, a potential Supplier is considered to be subject to FOCI if:
– it is owned or controlled by a “Foreign National” or “Foreign Interest”; or
– if a “Foreign National” or “Foreign Interest” has a “Significant Interest” in your company or any parent of your company; or
– If it is in partnership with a “Foreign National” or “Foreign Interest”.
(“Foreign National” is any person other than a UK citizen)
Please refer to question 7 and the FOCI questionnaire attached in the PQQ supporting documents.
It should be noted that whilst a potential Supplier’s FOCI status can be demonstrated by their holding a current List X status, it is not necessary for a potential Supplier to hold List X for performance of the Contract. In the event that a potential Supplier is deemed to be under FOCI, the Authority reserves the right, at its absolute discretion to either eliminate the potential Supplier from the competition or to permit the Supplier to continue in the competition.
Security Clearance
Potential Suppliers wishing to submit a PQQ do not need any security clearance at this stage.
Companies wishing to receive an ITT must have the capability to manage documentation up to the classification of OFFICIAL SENSITIVE. They must also have staff who are SC cleared UK Nationals in order to have access to information necessary for bid preparation. Please provide details at Question 7
All personnel involved in the performance of the contract will be required to be sole UK Nationals holding a minimum of SC Clearance.
Cyber Security
Although Cyber security is only assessed at the essential level at PQQ stage, potential Suppliers should be aware that this procurement has been identified as having a high cyber risk and therefore further security measures will be sought at ITT. For further information at this stage please refer to the Cyber Security Model industry buyer and supplier guide at the following link:
Third Party involvement in Tender Process
Commerce Decisions Ltd, a division of QinetiQ, is facilitating the development of the PQQ and ITT evaluation criteria, technical criteria weightings and the relationship between technical score and price using the ‘Real Value for Money’ ITT evaluation methodology. They are also providing the AWARD tool for the ITT dissemination and bid assessment.
Information about the limits on the number of candidates to be invited
All fully compliant PQQ responses will be marked and ranked. The seven PQQs with the highest total marks will be taken through to the next stage in the TS/002 – UKSF Facility Management tender process where they will be invited to Tender (ITT).
In the event that more than one response is ranked in seventh place, all these equivalently marked PQQs will be taken through to ITT stage. All successful parties will be informed if this event occurs.
Electronic Trading
Potential Suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for contract deliverables under the contract shall only be made via CP&F. You can find details on CP&F at
Suppliers interested in working with the MOD should register on its Supplier Information Database (SID), available at www.contracts.mod.uk. The SID is a catalogue of potential suppliers available to all MOD procurement staff, and is the main supplier database used by MOD. Please note that the registration and publication of a company profile on the SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for a contract opportunity must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions in the contract notice.
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.
Advertising Regime DCB:- These contract opportunities are published on mod Contracts Online and in the MoD Defence Contracts Bulletin.
PQQ Access Code: ENNJ38479Y