Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

711717455 - Delivery of Operational Safety Cases at HMNB Clyde

  • First published: 20 July 2024
  • Last modified: 20 July 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0482be
Published by:
Ministry of Defence
Authority ID:
AA76012
Publication date:
20 July 2024
Deadline date:
26 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

There is a requirement to establish, and maintain across the project timeframe, a suitably qualified and experienced technical team and deliver a suite of Operational Safety Cases (OSCs) for His Majesty’s Naval Base (Clyde) (HMNB(C)) to Relevant Good Practice (RGP) and within the timescales imposed by the HMNB(C) Dreadnought Readiness Date.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence

HMNB Clyde | Faslane

Helensburgh

G84 8HL

UK

Contact person: Chris MacEwan

Telephone: +44 03001518003

E-mail: chris.macewan100@mod.gov.uk

NUTS: UK

Internet address(es)

Main address: https://crowncommercialservice.bravosolution.co.uk/go/07138448018F9A5DA842

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://crowncommercialservice.bravosolution.co.uk/go/07138448018F9A5DA842


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk/go/07138448018F9A5DA842


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Submarine Delivery Agency

I.5) Main activity

Defence

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

711717455 - Delivery of Operational Safety Cases at HMNB Clyde

Reference number: 711717455

II.1.2) Main CPV code

71300000

 

II.1.3) Type of contract

Services

II.1.4) Short description

There is a requirement to establish, and maintain across the project timeframe, a suitably qualified and experienced technical team and deliver a suite of Operational Safety Cases (OSCs) for His Majesty’s Naval Base (Clyde) (HMNB(C)) to Relevant Good Practice (RGP) and within the timescales imposed by the HMNB(C) Dreadnought Readiness Date.

II.1.5) Estimated total value

Value excluding VAT: 8 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71541000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

HMNB Clyde | Faslane

II.2.4) Description of the procurement

The Government White Paper published in December 2006 set out the United Kingdom (UK) Government’s intention to retain a minimum assured independent strategic nuclear deterrent for the foreseeable future. This will be fulfilled by the Dreadnought SSBN as the replacement for the V-Class.

Operationally, the Dreadnought Nuclear Powered Warship (NPW) will provide the ‘replacement’ capability for the V-Class NPW rather than providing a ‘new’ capability. Consequently, the expected mission and functional requirements can be assumed to be essentially the same as those of the V-Class NPW. However, the reactor design in Dreadnought is Pressurised Water Reactor (PWR) 3 as opposed to PWR2 in V-Class – the change in design of the reactor and its associated systems means that Safety Justifications (SJs) for Dreadnought operations at HMNB(C) may place different requirements to V-Class.

Consequently, there is a requirement to establish, and maintain across the project timeframe, a suitably qualified and experienced technical team and deliver a suite of Operational Safety Cases (OSCs) for His Majesty’s Naval Base (Clyde) (HMNB(C)) to Relevant Good Practice (RGP) and within the timescales imposed by the HMNB(C) Dreadnought Readiness Date.

The suite of OSCs will justify NPW activities undertaken at the HMNB(C) Authorised Site, initially to justify Dreadnought activities and enable HMNB(C) to meet the Dreadnought Readiness Date, and ultimately to update the OSCs to justify Astute and Vanguard Class activities so that the HMNB(C) safety cases for all NPW activities meet RGP.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End: 31/03/2028

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

The Tenderer shall provide evidence that the organisation has a Quality Management System which is certified to ISO 9001 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Body (NAB).

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

The Tenderer shall provide evidence of relevant experience in the nuclear industry (preferably at HMNB(C) or the wider Defence Nuclear Industry) which demonstrates their capability to undertake the scope of the OSC programme.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 26/08/2024

Local time: 00:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 26/08/2024

Local time: 09:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Submarine Delivery Agency

HMNB Clyde | Faslane

Helensburgh

G84 8HL

UK

VI.4.2) Body responsible for mediation procedures

N/A

N/A

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

N/A

VI.4.4) Service from which information about the review procedure may be obtained

N/A

N/A

UK

VI.5) Date of dispatch of this notice

19/07/2024

Coding

Commodity categories

ID Title Parent category
71541000 Construction project management services Construction management services
71300000 Engineering services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
chris.macewan100@mod.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.