Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-025649/EN)
Nature of contract: Service contract
Type of bid required: Global bid
Contract notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Email: DESShipsComrcl-SALMO-Multiuser@mod.gov.uk
Internet address(es):
Main address:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: S&MOCB/3390 Wreck Management Research Contract
II.1.2) Main CPV code: 71351914
II.1.3) Type of contract: Services
II.1.4) Short Description: The Salvage and Marine Operations (SALMO) Team, part of Defence Equipment and Support (DE&S) within the UK Ministry of Defence (MOD), has the responsibility on behalf of Navy Command Headquarters (NCHQ) to carry out assessments, surveys and (if required) interventions on MOD-owned wrecks to reduce the risk of danger to the environment.
The SALMO Team intends to put in place a contact with a single contractor or contracting entity for the provision of Historic Desk Based Assessments (H-BDAs) for a portfolio of MOD-owned legacy wrecks. For the purpose of this Contract Notice, a legacy wreck is defined to mean a vessel that has been located on the seabed for at least 40 (forty) years.
II.1.5) Estimated total value:
Value excluding VAT: 780000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
73110000, 73112000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Salvage and Marine Operations (SALMO) Team, part of Defence Equipment and Support (DE&S) within the UK Ministry of Defence (MOD), has the responsibility on behalf of Navy Command Headquarters (NCHQ) to carry out assessments, surveys and (if required) interventions on MOD-owned wrecks to reduce the risk of danger to the environment.
The SALMO Team intends to put in place a contact with a single contractor or contracting entity for the provision of Historic Desk Based Assessments (H-BDAs) for a portfolio of MOD-owned legacy wrecks. For the purpose of this Contract Notice, a legacy wreck is defined to mean a vessel that has been located on the seabed for at least 40 (forty) years.
Services under this contract include:
1. Produce H-BDAs for 482 (four hundred and eighty-two) legacy wrecks and identify any likely environmental and safety hazards caused by pollutants and/ or ammunition. The H-DBAs should comprise a comprehensive study of the wrecks based on an analysis of primarily archival material and, where appropriate, secondary sources. Note: this is a desk-based requirement and there is not a requirement to provide diving services on the wrecks.
2. Produce a single comprehensive information database based on the set of H-DBAs suitable for migration into a Geographical Information System (GIS).
3. Provide expert ad-hoc advice and support for historical and/ or archaeological requirements. Note: for the avoidance of doubt, all ad-hoc tasks shall be instructed at the sole discretion of the Authority and therefore there is no guarantee of ad-hoc tasks under this contract.
For further information concerning the scope of the services, please refer to the relevant procurement documents available via the Defence Sourcing Portal (DSP).
Potential Tenderers attention is drawn to the following:
1. The duration of the contract will be 3 (three) years with a contract commencement date of the 01st of April 2023.
2. The estimated value of the contract (including estimated value of any ad-hoc tasks for the entire duration of the contract) is £780,000.00 (excl. VAT).
3. The Contract Notice allows Potential Tenderers to express an interest in the requirement. The Authority have set out the minimum standards on economic and financial standing and professional and technical knowledge that Potential Tenderers are required to meet (under Regulation 57 of the PCR 2015) if they are to quality to tender on the DSP. The maximum number of Potential Tenderers to be considered for the next stage of tendering is 6 (six).
4. The Authority reserves the right to award the contract, in the tender evaluation stage, based on the Tenderer’s initial response without negotiation.
Potential Tenderers should express their interest in this Contract Notice before 10:00am (GMT) on the 14th of October 2022.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 780000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2023-04-01End: 2026-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-10-14 Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2022-11-03
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence
Town: Bristol
Postal code: PS34 8JH
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-09-13