
Market Leads & Opportunities
UK-Bristol: Boats.
Type of document: Contract award
Country: United Kingdom
Section I: Contracting Authority
Title:
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
MoD Abbey Wood (South), Ash 2a #3203, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067937486, Email: DESShipsComrcl-CSS-3b@mod.uk
Main Address:
NUTS Code: UKK11
I.2)Type of the contracting authority and main activity or activities:
Ministry or any other national or federal authority, including their regional or local subdivisions
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/entity: Design, Build and In-Service Support of Workboats
II.1.2)Type of contract and location of works:
SUPPLIES
)Purchase
Region Codes: UKK11 – Bristol, City of
II.1.3)The notice involves:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Boats. The Commercially Supported Shipping (CSS) Boats team has a requirement to replace existing workboats. This project is looking at replacing the Royal Navy’s current fleet, including but not limited to: dive training craft, dive launches, hydrographic survey craft and ships’ workboats fitted with common equipment across the fleet. This will also include In Service Support.
II.1.5)Common procurement vocabulary:
34520000 – Boats.
II.2)Total Final Value Of Contract(s)
II.2.1)Total final value of the contract(s)
Value: 51,170,000
Currency: GBP
Including VAT: 20.0 %
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Negotiated with publication of a contract notice
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria – Weighting
Commercial Compliance – 20
Financial Compliance – 50
Technical Compliance – 30
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: CSS/0067
IV.3.2)Previous publication(s) concerning the same contract: Yes
Notice on a buyer profile
Notice number in OJ: 2015/S 242 – 439448 of 15/12/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: CSS/0067
V.1)Date of contract award decision: 14/02/2017
V.2)Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: 0
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Atlas Elektronik UK Ltd
ATLAS House,Dorset Green Technology Park, Winfrith Newburgh,, Dorchester, DT2 8ZB, United Kingdom
Email: matthew.webb@uk.atlas-elektronik.com
NUTS Code: UKK11
V.4)Information On Value Of Contract
Total final value of the contract
Value: 51,170,000
Currency: GBP
Including VAT: 20.0%
If annual or monthly value:
Number of years: 7
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Yes
If yes, value or proportion of the contract likely to be sub-contracted to third parties:
Not known
All or certain subcontracts will be awarded through a competitive procedure: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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.
From 2 April 2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.
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.
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
Electronic Trading –
Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at www.d2btrade.com. The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).
Request For Information / Market Survey Questionnaire –
Potential suppliers are to note that any information submitted under the Request For Information / Market Survey Questionnaire will not form part of the evaluation criteria for this requirement and will need to be resubmitted as part of the Pre Qualification Questionaire or Invitation To Negogiate if applicable.
III.1 Conditions Relating to the Contract – III.2.2 Economic and Financial Standing – “Minimum level(s) of standards possibly required”:
The estimated annual contract value during build and delivery phase is £10m (ex. VAT) for a throughput of circa up to eight (8) boats and support. If the estimated annual contract value is greater than 40% of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include:
(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier’s financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process. ”
VI.3.1)Body responsible for appeal procedures:
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
Bristol, United Kingdom
Body responsible for mediation procedures:
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
Bristol, United Kingdom
VI.3.2)Procedures for appeal: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
Bristol, United Kingdom
VI.4)Date Of Dispatch Of This Notice: 03/03/2017
More Opportunties
- United Kingdom-Bristol: Multi-Apheresis and Extracorporeal Photopheresis Systems
17 Jul 25
NHS Blood and Transplant (NHSBT) is a Special Health Authority and is responsible for the provision of blood components and a range of associated laboratory and patient therapeutic services to hospitals. The NHSBT Therapeutic Apheresis Service (TAS) provi> > - United Kingdom-Leighton Buzzard: Tilsworth Community Play Equipment Project
17 Jul 25
To provide a range of play equipment for children up to the age of 11, to include a tower unit that encourages climbing and incorporates slides suitable for the age group. Provision of A frame Swings to include cradle and flat seats and a basket swing. T> > - United Kingdom-Bradford: Supply of Signage (FC37)
17 Jul 25
There are different signage requirements for different tenures within the organisation split into, New Developments, Care Homes, Rented, Leasehold and Extra Care. Other signage areas covered include Safety Signage and PIB Boxes. The appointed contractor w> >