Contract notice

Information

Published

Expire date: 21/03/2025

External Reference: 2025-540510

FTS Reference: 2025-005902

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

KBS Maritime Ltd
13289372
Victory Building, Room 233, The Parade, HM Naval Base
Portsmouth
PO1 3LS
UK
Contact person: Dan Jackson
NUTS code:  UKJ31 -  Portsmouth
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90559&B=KBS
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Defence

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Portsmouth Naval Base Gas Works
Reference number:  SYS0228-03
II.1.2)

Main CPV code

45333000  -  Gas-fitting installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

A full review of all gas safety shut off systems within living accommodation and catering blocks to ensure compliancy and to reduce breakdown tasks where the gas system needs manually resetting, then replacing, as necessary.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

09121200  -  Mains gas
39340000  -  Gas network equipment
45231223  -  Gas distribution ancillary work
45333100  -  Gas regulation equipment installation work
45333200  -  Gas meter installation work
50411200  -  Repair and maintenance services of gas meters
50413100  -  Repair and maintenance services of gas-detection equipment
II.2.3)

Place of performance

NUTS code:  UKJ31 -  Portsmouth
Main site or place of performance:  
Portsmouth
II.2.4)

Description of the procurement

A full review of all gas safety shut off systems within living accommodation and catering blocks to ensure compliancy and to reduce breakdown tasks where the gas system needs manually resetting, then replacing, as necessary. systems (Solenoid valves, extraction systems, gas detection units, forced ventilation interlocks, ect.) and a full review and replacement of obsolete/broken equipment, and replaced with up to date, compliant safety equipment. The short-to-medium term strategy for the NPC for Level 3 Sub-elements shall be based on a hierarchy of solutions that best reflects the future of the particular buildings concerned, for example. 1. Electric Heat Pumps (high temperature, CO2, heat pumps, cascade etc.) 2. Hybrid Heat Pumps (gas fired and air source) 3. Conventional gas fired boilers The solution for a particular building should be based on the following criteria. 1. Opportunity for a district heat network linked to other buildings 2. Pay-back period (given the potentially short asset lifecycle) 3. Thermal performance of the building and requirement for building fabric improvements e.g. double glazing and insulation 4. The requirement for pipework and emitter upgrades 5. Available footprint for internal/external plant 6. Spare capacity in electrical distribution boards, where applicable 7. Lead-time of equipment and installation/commissioning period 8. All works to be kept in alignment with Net Carbon Zero (NCZ) Strategy
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: 1500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
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:  As per the Procurement Documents
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.2.2)

Contract performance conditions

As per the Procurement Documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/03/2025
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

KBS Maritime
Victory Building, Portsmouth Naval Base
Portsmouth
PO1 3LS
UK