Awarded contract
Published
Defence Marine Services – Support to In-Port Marine Services and Delivery of a Vessel Replacement Programme
13 Suppliers have already viewed this notice
Track & Win Public Sector Contracts and Tenders. Sign up for Free
Description
The contract encompasses two critical elements: the support to In-Port Marine Services; and delivery of a vessel replacement programme. The duration of the contract will be 120 months. The services will be provided principally across UK HM Naval Bases at the Clyde, Devonport, Portsmouth, but also Glen Mallan, Loch Ewe, Loch Striven, and Campbeltown, and other areas in UK waters. Operation and maintenance of 82 UK Ministry of Defence (MoD) owned vessels used for the provision of the services, under a Government Owned Contractor Operated (GOCO) agreement, ensuring availability of services on a 24/7/365 basis. The specification for the services will include the following: • Towage services to entitled vessels. • HM Dockyard movements covered by duty & standby service. • Passenger transportation • Stores & liquid transportation. • Transport & store munitions. • Waste services alongside, at anchor / mooring buoy. • Tiers 1 & 2 Dockyard pollution response. • Support military training, exercises, trials and operations (SMTE) • Support to Emergencies. • Additional maritime support Delivery of a vessel replacement programme to the Royal Navy, for the procurement and introduction into service of, 36 Commercial off the Shelf (COTS) vessels (32 replacements and 4 new requirement vessels) on behalf of the UK MoD. Built and maintained to UK Flag and Class classification standards and introduced into service in accordance with an agreed Integrated Test Evaluation and Acceptance Plan. Responsibility for the identification of shipyard(s) that best meet the requirement in respect of design, delivery time and Value for Money (VfM). Disposal of redundant vessels will be the responsibility of the Defence Equipment Sales Authority (DESA). In addition to the vessels, the MoD will supply GFA for the provision of the Contract, including: • spares and specialist equipment, • oil pollution and control equipment, • MoD owned intellectual property, • occupation and use of Authority facilities/property (admin / workshops will be subject to separate leasing arrangements with the Defence Infrastructure Organisation (DIO), • fuel for the vessels. Staff will be transferred in accordance with TUPE regulations providing continuity of supply of crews. Full TUPE data will be provided during the course of the tendering process. All queries regarding this advert must be submitted to the Email address listed above by no later than 12:00 13/07/2022. The DPQQ will be evaluated using the Defence Sourcing Portal (DSP). The Marine Services Procurement will be run under the Defence and Security Public Contracts Regulations (2011) (DSPCR) using the Competitive Negotiated Procedure. Potential suppliers should register for access to the data room. Requests for access should be submitted to the Contact email: navyacq-dmsng-inportservices@mod.gov.uk There will be no limitation on the number of operators who will be invited to negotiate or participate. Lot 1: The following are Key Principles, which the Authority believes that the Contractor and its supply chain will need to be able to effectively fulfil the In Port Marine Services solution: 1. Ability to deliver and manage a Service delivery contract to the scale and complexity of In-Port Marine Services. 2. Procure and accept into service, including the management of redundant vessels in readiness for DESA disposal, multiple vessel types and/or other assets to time, quality and cost, within a services delivery context. 3. The Supplier will hold the following certification (or will provide evidence that it will hold the standards required by service commencement date): a. [UK] MCA, or equivalent, issued Document of Compliance; b. ISO 45001 Occupational Health and Safety; c. ISO 14001 Environmental Management; d. ISO 9001 Quality Management; e. ISO 1799 / BS 7799 Information Security Management. 4. Ability to engage and co-ordinate with the Authority Stakeholders and manage the contract with appropriate governance, giving full considerations to Security classifications and personnel security requirements, and providing management information in accordance with contract. 5. Operation and maintenance of UK Ministry of Defence owned vessels and other assets to the required standards, and production of supporting records and registers. The Invitation to Negotiate (ITN) will include Social Value questions. The Authority anticipate that the service commencement date will be in 2025. The Authority will require evidence that build slots for the Vessel Replacement Programme have been arranged. The Authority reserve the right to make necessary adjustments to the procurement documentation and procurement dates prior to the release of the ITN. Further details will be provided in the Invitation to Negotiate documentation. Information about subcontracting The tenderer is required 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 is required to indicate any change occurring at the level of subcontractors during the execution of the contract. Subcontractors will be subject to the security requirements as defined in Information about security clearance Information about security clearance Due to the nature of the services performed and access to sensitive service delivery areas, the performance of the contract is subject to contractor personnel holding Security Check (SC) level security clearance and compliance with local security requirements specific to the location of the services. Personnel without the appropriate clearance will not be granted unescorted access to the UK Naval Bases.
Personalised AI Summary
Create a Free Account on Stotles
Stotles is your single source for government tenders, contracts, frameworks and much more. Sign up for free.
Explore similar pre-tenders, open or awarded contracts
Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.
Orkney Islands Council
200,000 GBP
Published 2 days ago
Monmouthshire County Council
–
Published 3 days ago
Orkney Islands Council
200,000 GBP
Published 7 days ago
Sizewell C Limited
60,000,000 GBP
Published 15 days ago
Argyll and Bute Council
–
Published a month ago
Scottish Government
75,000 GBP
Published 2 months ago
Shetland Islands Council
350,000 GBP
Published 2 months ago
Explore top buyers for public sector contracts
Discover open tenders, contract awards and upcoming contract expiries of thousands of public sector buyers below. Gain insights into their procurement activity, historical purchasing trends and more.
CPV Codes
Sign up to the Stotles Tender Tracker for free
Find even more contracts with advanced search capability and AI powered relevance scoring.