Provision of Nuclear Site Safety Justification (NSSJ) Services based at HMNB Devonport, Plymouth, Devon, UK
A Tender Notice
by MINISTRY OF DEFENCE
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 3 year
- Value
- £0-£10M
- Sector
- DEFENCE
- Published
- 05 May 2021
- Delivery
- 01 Nov 2021 to 31 Oct 2024
- Deadline
- 18 Jun 2021 16:00
Concepts
Location
HMNB Devonport, Plymouth, Devon, UK
1 buyer
- MOD Plymouth
Description
Please refer to Section II.2) Quantity or scope of the contract of this notice. Quantity or scope: The fundamental aim of the NSSJ contract is to procure the provision of a Project Management Service (PMS) which will deliver: Project Management, Nuclear Advice, defined Safety Case and Periodic Review of Safety (PRS) work, and other associated work under a milestone-based arrangement. These services will maintain the authorisation of the Naval Base Site through the provision of specialist nuclear advice, which reflects modern civil nuclear practice to Naval Base staff and ensures the Naval Base Commanders Site Safety Justification documentation suite remains current and fully compliant with MoD Authorisation Conditions, MoD Naval Nuclear Safety Principles (NNSP) and other standards imposed by the Defence Nuclear Safety Regulator (DNSR). In parallel, the contract shall support knowledge share/transfer that develops the Authority’s Intelligent Customer (IC) function. It is anticipated that a core team to provide the service shall be embedded within the HMNB Devonport delivery location; the Home Base. The estimated contract duration shall be for a period of three (3) years. The contract shall include the option to extend at the Authority’s sole discretion the contract duration by a further two (2) years which will be constructed as two discrete one (1) year option periods; each option shall be severable from the other. The contract shall also include options for emergent work and resource ‘re-sizing’ as may be reasonably required by the Authority in the contract life. This tender is operating under the DSPCR (2011) Restricted Procure in accordance with Regulation 17. Therefore, tenderers are required to respond to the DPQQ attached to this notice. A copy of the draft ITT has also been attached, to enable potential providers to self-assess their suitability to the requirement. The final ITT and suite of contract documents shall only be made available to potential providers, who are successful at Phase 1 (DPQQ stage) and have been formally notified and invited to participate in the next phase of the procurement process. The aim of Phase 1 (DPQQ) is to arrive at a short list of no more than four (4) qualified potential service providers who are eligible to participate; fulfil any minimum economic, financial, professional and technical standards, and best meet in terms of capacity and capability the selection criteria set out in the DPQQ. Full details of the method of choosing the Tenders are set out in the DF47. Each response must achieve Technical Envelope compliance at 70% or higher to be considered for phase 2. If a potential service provider receives a fail to any Pass/Fail question within the PQQ, they will automatically fail the evaluation and not be invited to participate further. Where more than one potential service provider scores the same (and both responses are technically compliant), then the response which achieves the highest score against criterion with the greater weighting shall progress to phase 2. If following this granulated assessment responses remain on equal scores, the Authority at its sole discretion may invite up to a maximum of six (6) technically compliant potential service providers to phase 2. Potential Providers/Tenderers are invited to note the following: 1. Following an initial assessment, the Authority believe IR35 may apply. The final status of IR35 will only be known, following final assessment of the winning tenderers’ solution and specifically how the winning tenderer proposes to provide personnel. Any formal CEST/Status Determination Statement (SDS) letters will then be provided as necessary. 2. Attention is drawn to the Security Aspects Letter (SAL) attached as part of the Draft Contract, which details key criteria for eligibility. In accordance with Regulation 6 (3A)(a) – ‘Security of Information’, and read in conjunction with Regulation 7 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019; this requirement is open to National eyes-only. Meaning, only economic operators established in the UK and Gibraltar shall be eligible to tender for this requirement. 3. The Cyber risk has been considered and in accordance with the Cyber Security Model resulted in a Cyber Risk Profile of ‘Low’.
CPV Codes
- 98113100 - Nuclear safety services
Indicators
- This is a one-off contract (no recurrence)
- Financial restrictions apply.
- Professional qualifications are sought.
- Staff qualifications are relevant.
- Technical restrictions apply.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
Reference
- ocds-h6vhtk-02ad98
- FTS 009767-2021