Loading page content…
Loading page content…
6 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The Submarine Delivery Agency (SDA) have a continued requirement to raise staff awareness of Diving including the risks involved with Diving activity. It is apparent that personnel should not procure diving services, without having a level of awareness around what is involved and what is entailed with this, and as diving is considered a high risk to life activity, the SDA seeks someone with the appropriate level of Suitably Qualified and Experienced Personnel (SQEP) to develop and conduct an onsite training course to cover this activity and cover the essential criteria. This course will be directed at persons directly or indirectly involved in diving contracts and or managing diving operations on behalf of the SDA. Diving Safety Awareness Training is a course to familiarise non-diving personnel with commercial diving legislation, guidance & standards, working processes, emergency preparedness, hazards, equipment types, safe working practice and laws of physics, ways to assure diving is being conducted safely.
£36,000
Contract value
The scope of this contract is to Supply and Support Single Use Air Purification Equipment (SSSUAPE) to UK Submarines. This includes procurement activities, post design services and the provision of SQEP technical support. The equipments in scope of this contract as Master Equipment are: NSN: 3655-99-503-4575, Multi-Purpose Oxygen Generators (MPOG) MKll, NSN: 5340-99-371-1803, MPOG Keys, NSN: 3655-99-667-8543, MPOG Igniters, NSN: 6850-01-663-7330, LiOH Curtain (Encapsulated), NSN: 6850-01-543-3287, LiOH Curtain (Unencapsulated), NSN: 4240-01-627-3012, Lithium Hydroxide Power Cubes, NSN: 6850-99-510-1080, Moleculite 1, NSN: 6850-99-860-0173, Moleculite, NSN: 6810-99-217-4827, Carulite NSN: 6810-99-229-4313, Sofnolime.
£22,138,825.83
Contract value
The Purification Equipment (PE) Contract shall deliver the supply and support of essential equipment needed to control the breathable atmosphere on board Submarines, including Authority training establishments. This is inclusive of the Vanguard and Astute class submarines, and any new classes of submarine that may be introduced during the lifetime of the Purification Equipment project. The services to be delivered throughout the Contract shall include Service Management in order to meet and deliver the contractual requirements, Obsolescence Management in order to proactively manage obsolescence for all in-scope equipment, support to maintain a spares inclusive upkeep service including equipment procurement and delivery, and equipment upkeep management including strip, survey and repair of equipment, maintenance activity of equipment, technical support, Operational Defect (OpDef) and defect support, training services, and equipment installation. The Contract shall also include a tasking provision which shall include but not be limited to the following: i. Obsolescence resolution, ii. Codification, iii. Disposals iv. Post Design Services (PDS) activities to include technical upgrades and investigations where required v. Training over and above extant requirements vi. Fleet Time investigations, vii. Defects and repairs viii. Technical assistance ix. Technical investigations x. CONDO support xi. Trials support xii. Equipment root cause analysis xiii. Safety and environmental management system xiv. Operational safety assurance inspections xv. Boat visits and reports xvi. Modifications xvii. Additions and alterations The PE contract shall cover a number of master equipment types and its ancillary components. These Master Equipment types are detailed within the Tender documentation. This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. It is considered a Defence and Security Contract due to its scope and therefore the relevant provisions of the Procurement Act 2023 relating to defence and security contracts are applicable. The Purification Equipment contract will be initially for five (5) years however the contract shall include two irrevocable one year options to extend the Contract by a further two years taking total contract duration if options invoked to be seven (7) years.
£41,666,666
Contract value
Personal Location Transmitters (PLTs), formerly referred to as Personal Locator Beacons (PLBs), are man-overboard identification and location systems carried on all Royal Navy submarines. They play a critical role in increasing the likelihood of locating survivors following an escape or abandonment during a Distressed Submarine (DISSUB) scenario. The Submarine Delivery Agency (SDA) has an operational requirement to procure PLTs. Under this contract, the SDA seeks to acquire 2,132 PLTs, with an option to purchase an additional 1,192 units during option years 4 and 5. The contract also includes a tasking mechanism that enables ad hoc procurement if required. The Platform Equipment Delivery Team (PEDT) will conduct a competitive process to assess, select, and award a contract for the delivery of PLTs to meet this requirement.
£2,083,333
Contract value
It is the Naval Authority’s role to provide safety certification for all MOD Shipping, which includes over 2500 boats less than 24 metres in length. To do this, Naval Authorities develop and maintain safety rules and standards to formally recognise organisations to perform certification activities on their behalf. These recognised organisations, under their similar civil delegation from the UK Maritime and Coastguard Agency, must maintain a current knowledge of all aspects of boat safety and civil rules and regulations. There is an essential need for the Naval Authority to have a commercial arrangement with Recognised Organisations (RO) to provide feedback and experience on certification, implementation of standards, development of codes, tailoring thereof and training etc. The Authority seeks to implement an Open Framework with Ministry of Defence Naval Boat Recognised Organisations. An Open Framework is defined as a scheme of successive frameworks that allows for the periodic reopening of supplier lists under substantially the same terms. This contrasts with traditional 'closed' frameworks where after a single process suppliers are attached to a framework for its full duration. This Open Framework will operate as the main delivery mechanism for the Naval Boat Recognised Organisations, highlighting the qualified suppliers available to perform the services required and allow the opportunity for new entrants to join when the Framework is reopened. It is estimated this Framework will span over four core years, with the option to re-open after the first two years (with options to extend). The estimated value of this framework has been identified as being below threshold of £135,000 over four years which will cover individual tasks. This figure is indicative, not a commitment to spend, and is subject to amendment prior to the publishing of the Invitation to Participate Notice and associated Documentation. Individual requirements will be sought by using a tasking request form with each task defining the Requirement, Deliverables, Acceptance Criteria and Timing. Deliverables may include, but not necessarily limited to, technical reports, survey findings, presentations, training and certification. Tasking requests against this Open Framework will seek to cover work of the type listed below, but subject to variation. a) Provision of civil and naval Safety Regulation advice. b) Development of MoD Boat Safety Rules and Standards. c) Provision of boat survey training. d) Technical support. e) Boat Survey & Certification; and f) Technical audit. To help industry and MOD understand availability within the market to meet this requirement, MOD has outlined a set of applicable standards to be met enabling acceptance on this Open Framework. Participants shall be required to provide evidence in support for agreement by the Naval Authority. The Authority has the right to request this evidence at any time in the duration of the Open Framework Agreement to ensure Standards are maintained.
£108,000
Contract value
Description of the Procurement The fundamental aim of the Naval Site Safety Justification (NSSJ) contract is to procure the provision of an integrated Project Management Service (PMS) to support the continued authorisation and safe operation of HM Naval Base (HMNB) Devonport. The contract provides specialist capability to deliver project management, nuclear safety advice, safety case production and maintenance, and Periodic Review of Safety (PRS) activities, under a pro rata model. These services ensure that the Naval Base Commander’s Site Safety Justification documentation remains current, robust, and fully compliant with: • MoD Authorisation Conditions • MoD Naval Nuclear Safety Principles (NNSP) • Applicable Defence Nuclear Safety Regulator (DNSR) standards In addition to technical delivery, the contract supports knowledge transfer and information sharing to strengthen the Authority’s Intelligent Customer (IC) capability. Scope of Services The services to be provided under this contract include, but are not limited to: 1. Nuclear Safety Case Management and Support • Provision of specialist nuclear safety advice reflecting modern civil nuclear practice. • Management, review, and maintenance of the full suite of HMNB Devonport nuclear safety cases and supporting documentation. • Support to the Naval Base Design Authority in ensuring safety justification documentation remains authorised and compliant throughout its lifecycle. 2. Nuclear Authorised Documentation Review Programme (NADRP) Support • Support for documentation production, review, update, and tracking activities using the Nuclear Authorised Documentation Review Programme (NADRP). • Delivery of tasks assigned via NADRP in accordance with programme priorities and Design Authority requirements. • Flexible and reactive support for new documentation tasks driven by the submarine operational programme, including delivery to demanding timelines. 3. Periodic Review of Safety (PRS) Support • Full-time technical support to the PRS Lead, managed through the Design Authority PRS Assistant Head role. • Subject matter review and assessment activity contributing to the successful delivery of the Naval Base PRS programme. 4. Intelligent Customer (IC) Support • Independent IC support to the Design Authority Safety Justification Delivery Manager (SJDM). • Provision of an experienced safety engineer to assess NSSJ documentation during production, review, and approval stages. • Assurance that IC activities remain independent from document authorship and production. 5. Continuous Improvement and Knowledge Transfer • Support to the Naval Base in fostering a culture of continuous improvement in nuclear safety management. • Knowledge sharing and mentoring to enhance internal capability and resilience within the Authority. Delivery Context and Experience Requirements The service provider is required to bring a high level of knowledge and experience in nuclear safety case management, with a strong understanding of the MOD environment. This includes experience of operating within the challenges of balancing a demanding military operational programme with the stringent requirements of nuclear safety regulation. The provider is expected to work within established HMNB Devonport nuclear safety management arrangements while applying relevant external experience and best practice to enhance safety performance.
£10,160,000
Contract value