Overseas Prime Contract – South Atlantic Islands (Falkland and Ascension Islands) Total Facilities Management

A Tender Notice
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Contract (Services)
Duration
15.5 year
Value
£292M-£1B
Sector
FACILITY
Published
02 Aug 2022
Delivery
To 12 Dec 2037 (est.)
Deadline
02 Sep 2022 16:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Total Facilities management services. Contract administration services. Specialist training services. Sewage services. Street-cleaning and sweeping services. Marine equipment. Construction work. Demolition, site preparation and clearance work. Building demolition and wrecking work and earth-moving work. Ground-drainage work. Site-development work. Dismantling works for military installations. Landscaping work. Landscaping work for roads. Landscaping work for airports. Works for complete or part construction and civil engineering work. Construction work for houses. Construction work for buildings relating to water transport. Construction work for buildings relating to law and order or emergency services and for military buildings. Construction work for military buildings and installations. Engineering works and construction works. Construction work for pipelines, communication and power lines, roads, airfields; flat-work. Construction work for pipelines, communication and power lines. Works related to water-distribution pipelines. Construction work for water projects. Marine installations. Waterways except canals. Electricity supply installations. Repair and maintenance services of generators. Storage and warehousing services. Vehicle refuelling services. Port and waterway operation services and associated services. costal marine facilities operation and associated services including surveying and dredging. Aircraft refuelling services. Electronic data exchange services. Water distribution and related services. Drinking-water distribution. Operation of water supplies. Electricity distribution and related services. LPG Services (bulk and bottled). Operation of a power plant. Meter reading service. Consultative engineering and construction services. Airport engineering services. Energy and related services. Building services. Building-inspection services. Technical services. Construction-related services. Technical inspection services. Machinery-inspection services. Calibration of testing and measuring equipment services. Technical building-inspection services. Project management consultancy services. Helpdesk and support services. Facilities management services involving computer operation. Administration services. Building and facilities management services. Hard Facilities Management (HFM) services to include Hard Facilities Management delivery within the MOD estates in South Atlantic Islands. Snow and Ice clearance services. Flues and Chimneys inspection, cleaning and maintenance services. Soft Facilities Management (SFM) services to include Facilities management services. Contract administration services. Specialist training services. Refuse and waste related services. Cleaning services. Accommodation, building and window cleaning services. Services furnished by business, professional and specialist organisations. Bakery products. Machinery or apparatus for leisure equipment. Landscaping work. Hotel services. Canteen services. Bar management services. Canteen and other restricted-clientele cafeteria services. Catering services for transport enterprises. Storage and warehousing services. Travel management services. Electronic data exchange services. Project management consultancy services. Help-desk and support services. Facilities management services involving computer operation. Administration services. Quantity or scope: The Authority is seeking expressions of interest, via the completion of the Pre-Qualification Questionnaire (PQQ), from Potential Providers (PPs) for a resilient, yet flexible and agile, infrastructure support service capability in the UK Defence's overseas estate of South Atlantic Islands. Infrastructure support in this context includes a mix of Hard Facilities Management (HFM), Soft Facility Management (SFM), Additional Services (AS), Management services, management and operation of support infrastructure and accommodation (housing). The contract may also include arrangement(s) to provide experience gaining opportunities for military personnel who may be embedded within the supplier's delivery team. The services required are detailed in the short description at para II.1.5. These requirements are currently contractor delivered. In addition to the required services, there may be a requirement to provide in-country FM surge activity support to Military operations. There will be a costed option to include the management and operation of Fuels. It is likely that there will be staff transfers as part of this procurement in terms of contractor-to-contractor transfers. Additionally, there will be first time outsourcing of some services. Full details will be included within the ITN documentation. The evaluation criteria for determining the winning PP will be published in the ITN. The Authority will be considering innovation and continuous improvement, the Authority reserves the right to confirm or otherwise this position at ITN. Contract Duration: Minimum – 126 months (Comprised of 6 months mobilisation & 10 years core contract.) Maximum - 186 months (Comprised of 6 months mobilisation, 10 years core contract, 5 years optional extension.) Estimated value excluding VAT: Range between: £292M - £1.3B In addition to the 6 months mobilisation and 10 years core range of services valued at £292m - £504m, there is scope for contract extensions for up to a further 5 years with an envisaged value range between £175m - £292m. There is also scope for additional services valued at £203m - £318m over 10 years. The contract extensions for up to 5 years will have a value range of between £103m - £162m. There is also a priced option in the contract for Falkland Islands Fuels management with a value of £15m over 10 years, with a further £9m for a 5-year extension. Economic Operators should note that the additional works and contract extensions are discretionary and may or may not form part of the contract opportunity Currency: GBP

CPV Codes

  • 79993100 - Facilities management services

Indicators

  • This is a one-off contract (no recurrence)
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** a) 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. b) It is envisaged that the Authority will use the Defence Sourcing Portal (DSP) to assist in the management of the tender process and subsequent tender evaluation. c) It is to be noted that this requirement is subject to UK Government policy on transparency and that the PQQ, Invitation to Negotiate and any resulting contract documents may be subject to publication in a redacted format. d) Suppliers interested in working with the Authority should register on The Ministry of Defence (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. e) 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. https://www.gov.uk/government/publications/government-security-classifications f) Advertising Regime:- This contract opportunity is published in the Find a Tender Portal: https://www.find-tender.service.gov.uk/Notice/021689-2021 and www.contracts.mod.uk: https://contracts.mod.uk/go/4070133301818695C166 g) The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is LOW, Reference – RAR- 801798580. h) 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. i) It is envisaged that an in-person industry day will be held during the PQQ process. Should you wish to participate then please can you express your interest via email at the email address shown in 1.1 of this advert. Potential Providers (PPs) who wish to express an interest in this requirement are invited to attend an industry day which will be held at a MOD UK establishment, on 14 June 2022. Companies interested in securing subcontract opportunities with prospective prime contractors, may also attend the industry day, where they can make contact with prospective PQQ participant companies. PPs and potential subcontract companies interested in attending the industry day should submit, by email, to the contracting authority point of contact in Section I1, attendee details i.e. names of representative(s) and company name, date of birth, vehicle details and security clearance level if this is held. This information must be submitted by 5pm on 24/05/2022. j) The Buyer is supported by external service providers. These companies are regarded as integral parts of the project team and will therefore have access to a variety of both internal data and Tenderer information. The Buyer reserves the right to engage from time to time with other external advisers as it considers necessary. The advisers currently appointed are: Collaboration Analysis - (to be appointed) Willis Towers Watson Insurances (Ireland) Ltd - Insurance Advisers Legal Services – Mills & Reeve LLP k) For the down selected PP’s the Authority is planning to run an opportunity to attend site visit(s) on a one-off basis. Arrangements for this site visit will be confirmed to the shortlisted bidders but only personnel with BPSS or higher clearance will be allowed to attend. This is at the discretion of the Authority and subject to local site procedures. Due to the location of South Atlantic Islands the logistics will be confirmed to the down selected PP’s, and Military flights and accommodation will be utilised. The site visit(s) are subject to cancellation at the Authority’s discretion potentially with short notice. As the PP’s may be required to stay within Military accommodation with the use of Military flights, 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 http://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 http://www.contracts.mod.uk. 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. 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 DSP 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. Please raise any formal clarification questions via the DSP messaging system. If your query does not relate directly to your PQQ submission then contact the MOD Helpdesk by emailing diocomrcl-opc@mod.gov.uk

Reference

Domains