Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 204-368586/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: DIO CB4c3b, Bazalgette Pavilion, First Floor, Zone D, RAF Wyton
Town: Huntingdon
Postal code: PE28 2EA
Country: United Kingdom
Contact Person: DIO CB4c3b
Telephone: +44 01480452452-4287
Email: diocomrcl4c3b@mod.uk
Nuts code: UK
Internet address(es):
Main address:
I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
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: Quantity Surveying Services.
Reference number: DIOCB4/033
II.1.2) Main CPV code: 71324000
II.1.3) Type of contract: Services
II.1.4) Short Description: Quantity Surveying Services.
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
71324000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.
II.2.4) Description of the procurement:
Defence Infrastructure Organisation Service Delivery Total Facility Maintenance-United States Forces (DIO) procures, manages and delivers maintenance and construction works in support of Ministry of Defence (MOD) installations used by the United States Visiting Forces (USVF). Commencing in November 2016 DIO will deliver these works using the United States Forces Prime Contract (USFPC).
The MOD installations used by the USVF are primarily located in Cambridgeshire, Northamptonshire, Suffolk, Gloucestershire and Yorkshire.
The requirement is to provide a Quantity Surveying Service (QS Service) to deliver cost management and assurance services to DIO in support of the USFPC.
The primary tasks of the QS Service will be:
a) Preparation of estimates and general cost advice.
b) Financial review/tender evaluations of USFPC offers.
c) Financial Review/tender evaluations of variation/change requirements.
d) Measurement and valuation of works during the construction period.
e) Review contractor’s final accounts.
f) Carrying out works completion checks to assure value for money and to confirm the USFPC has provided the works detailed within his offer and final account.
g) Providing reports to DIO.
h) Joint measurement with the USFPC.
i) Meeting with the USFPC to resolve issues identified during QS review.
j) Dispute resolution in conjunction with DIO.
k) Other ad hoc tasks within the scope of a Quantity Surveyor.
The QS Service Provider is to provide a dedicated resource of four Quantity Surveyors (QS), one to be located at each of the four main operating locations within the identified geographical spread. The four main operating locations are located in Northamptonshire, Cambridge and Suffolk where the Quantity Surveyors will be co-located within DIO offices. From these locations the QS will provide support to satellite locations. The QS Service Provider is to further provide a management focal point for the Service. In addition DIO may require support of a supplementary resource to be provided independently of the dedicated resource.
The primary methods by which DIO obtains prices for works within the USFPC are by competitive tender for higher value works and pricing based upon the PSA Schedules of Rates for lower value high volume works.
The QS Service Provider must ensure that it provides a QS resource with a wide knowledge base to include knowledge of estimating and valuation of Building and Civil Engineering, Electrical and Mechanical elements of works.
The QS Service Provider will operate a Quality Management system in compliance with ISO 9000
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: F4V4U2PH8D. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 18.11.2016 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.
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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Up to 10 candidates may be chosen to tender following the evaluation of the Pre-Qualification Questionnaire.
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.1.2) 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:
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 2016-11-18 Local time: 12:00
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
IV.2) Information about electronic workflows
VI.3) Additional information:
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.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk
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: F4V4U2PH8D.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-20161019-DCB-8970831.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: DIO CB$c3b, Bazalgette Pavilion,, First Floor, Zone D,, RAF Wyton
Town: Huntingdon
Postal code: PE28 2EA
Country: United Kingdom
Telephone: +44 01480452451-4287
E-mail: diocomrcl4c3b@mod.uk
VI.5) Date of dispatch of this notice:2016-10-19