By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

HMS SCOTT - Through Life Support.

Contract notice

Services

Directive 2009/81/EC

Section I: Contracting authority/entity

I.1)Name, addresses and contact point(s)

Commercially Supported Shipping
Ash 2a, #3203, MOD Abbey Wood
Contact point(s): DESShipsComrcl-CSS-2b1
For the attention of: Mr Tim Kidner
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067932648
E-mail:
Fax: +44 1179136913

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:
HMS SCOTT - Through Life Support.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Repair and maintenance services of ships. 1. The Authority has a potential requirement for a Through Life Support (TLS) Solution for HMS SCOTT, which is base-ported in the United Kingdom (UK). The contract will commence in April 2013 for a period of approximately 5 years until 2018, with an option to extend for a further 5 year period until 2023, to align with the vessel's Out-of-Service Date (OSD). For operational reasons, expressions of interest will only be considered from economic operators based in member states of the European Union (EU).
2. HMS SCOTT is the Royal Navy’s Ocean Survey Vessel, capable of conducting survey operations worldwide. The Ship’s basic details are as follows:
- Lloyds Class Notation is: +100A1, NS1, SURVEY SHIP, SA1, Ice Class 1A, ES, LI, PCWBT (9/02), 69TON +LMC, UMC, PMS(CM),
- Length = 131.5m, Beam = 21.5m, Operating Draught = 9m & Displacement = 13,500 Tonnes.
3. The main TLS activities required to be undertaken by the Contractor will be as follows:
a. Fleet Time Engineering Support:
i. Rectification of Operational Defects (OPDEF) on a worldwide basis, where required utilising Original Equipment Manufacturer (OEM) attendance for initial diagnostic investigations and rectification. The provision of an emergency out-of-hours service will be required;
ii. Planning and execution of 2 in number Support Periods per year, each of 3 weeks duration, which will include defect rectification, extra and emergent work and preservation repairs as required. Support Periods may be required to be undertaken on a worldwide basis;
iii. Conduct of maintenance in support of Lloyds Register Annual, Intermediate and Continuous Survey Machinery (CSM) surveys
iv. Annual SOLAS / United Kingdom Maritime & Coastguard Agency (MCA) requirements
b. Planning and execution of a Deep Refit Maintenance work package, commencing September 2013, and completing no later than May 2014, which will include, but not be limited to, the following activities:
i. Dry docking of the vessel;
ii. Conduct of maintenance in support of Lloyd's Register Surveys, including Docking Survey, Control Pitch Propeller Tail Shaft Survey, Annual Survey, CSM and Special Survey Hull for Class Renewal Certificate;
iii. Re-preservation of hull, decks, superstructure, compartments and tanks;
iv. Overhaul and Set To Work (STW) of mechanical & electrical machinery;
v. Servicing and STW of radio and navigation equipment;
vi. Support to Ocean Survey System overhaul and updates;
vii. Installation of capability enhancements;
viii. Overhaul and STW of domestic machinery;
ix. Life boat and life boat davit maintenance in accordance with MCA regulations;
x. Servicing of fire detection systems;
xi. Annual and 5 annual SOLAS / MCA requirements;
xii. Extra and Emergent Work as required.
c. Equipment Spares Management:
i. Provision of a spares supply service that provides procurement, packaging and consignment or stowage to agreed timescales of Type C (non-NATO codified) spares in support of commercial type marine and electrical engineering equipment and systems fitted to HMS SCOTT;
ii. Arrange dispatch of spares from the supplier to HMS SCOTT usually, but not exclusively, using the Authority’s stores transportation systems
iii. Create and manage return and repair loops for defective items capable of refurbishment;
iv. Manage spares in storage awaiting dispatch to HMS SCOTT;
v. Manage disposals of obsolete and non-repairable equipment at best value to the Authority;
vi. Manage material and equipment obsolescence in conjunction with the Authority;
vii. Undertake basic level NATO codification as directed by the Authority;
viii. Arrangement of bespoke OEM training.
d. Design services, involving the development of Future Capability Enhancements Guidance Information by:
i. Carrying out feasibility studies;
ii. Producing Safety Case Reports;
iii Producing installation drawings.
e. Post Design Services, including:
i. Management of HMS SCOTT's Datum Pack Drawings, including updates and review of holdings with the Authority;
ii. Documentation management, including review and updating of handbooks;
iii. Early provision of data post refit to maintain HMS SCOTT’s Configuration Account.
f. Unit Maintenance Management System (UMMS) management, including:
i. Integration of the Authority’s UMMS to identify maintenance due during maintenance periods;
ii Administration support, incorporating a Help Desk;
iii. Resolving maintenance management issues / anomalies;
iv. Maintain accuracy and validation of UMMS;
v. Import Reliability Centred Maintenance (RCM) monthly templates, trigger and schedule accordingly.
g. Provision of a Shared Working Environment (SWE), providing access to key documentation including:
i. Datum Pack;
ii. Management information;
iii. Guidance information;
iv. HMS SCOTT’s handbooks.
h. Planning and execution of a Deep Refit Maintenance Period in 2018. Planning will include the following activities:
i. Supporting Pre-Upkeep Material Assessments;
ii. Development of the Refit Specification.
4. The contractor may be required to undertake other support activities as required.
5. The contractor will be required to have access to and operate the following MOD IT Applications:
i. UMMS;
ii. Operational Defect Management System;
iii. Surface Ship Definition Database / Surface Ship Equipment Data Record;
iv. Hazard & Risk Management System (HARMS).
6. It is the Authority's policy that contracts are only placed with companies operating and maintaining a Quality Management System (QMS) which is acceptable to the Authority to demonstrate how the company is going to meet the requirement.
Companies will be required to provide details of the Quality Management Systems operated by them relating to both Technical Engineering Management and Project Management business, both internally and externally through the supply chain.
Companies will be required to provide evidence of a valid ISO 9001:2008 certificate, or equivalent, from an accredited third party assessor (UKAS recognised) for themselves and, if appropriate, for their sub-suppliers, or achieve accreditation in time for Contract Award. This certification/s must include an appropriate scope to meet the requirement.
7. It will be necessary for contractor personnel working in an area(s) of the vessel to be security cleared to UK Security Check (SC) level. In addition, non-UK Nationals working in this area(s) will need to be escorted and supervised by SC cleared UK Nationals. Ships staff may be available to perform this duty, but are not guaranteed to be available on a continuous basis.
8. Due to the worldwide deployment of the vessel, the contract will be subject to CONDO (Contractors On Deployed Operations) requirements.
9. Companies must be Lloyds registered.
II.1.6)Common procurement vocabulary (CPV)

50241000

II.1.7)Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.1.8)Lots
This 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:
Beyond the initial 5 years, there will be an option to extend the contract to a maximum of 10 years.
Estimated value excluding VAT:
Range: between 45 000 000 and 55 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: One 5 year option.
Provisional timetable for recourse to these options:
in months: 57 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.4.2013. Completion 22.6.2018

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Potential Providers must be willing to provide the Authority with a bank guarantee or parent company guarantee or other guarantees of performance. The economic and financial standing of Potential Providers will be subject to assessment by UK Ministry of Defence accountants.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be made on completion of agreed work packages.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
III.1.5)Information about security clearance:
Candidates which do not yet hold security clearance may obtain such clearance until: 22.6.2018
III.2)Conditions for participation
III.2.1)Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: 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 the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr.

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.
III.2.2)Economic and financial ability
III.2.3)Technical and/or professional capacity
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: no
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: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)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
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CSS/0007
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: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.8.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.9.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.

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 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, and the contract will be awarded on the basis of the most economically advantageous tender.Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD 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 advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.

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 GO Reference: GO-201273-DCB-4037935.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Director Ships Operating Centre, DE&S;
Commercially Supported Shipping, Ash 2a, #3203, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail:
Telephone: +44 3067932648
Fax: +44 1179136913

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Director Ships Operating Centre, DE&S;
Commercially Supported Shipping, Ash 2a, #3203, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail:
Telephone: +44 3067932648
Fax: +44 1179136913

VI.5)Date of dispatch of this notice:
3.7.2012

Other interesting websites