CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Ministry of Defence, Air Support, Other |
Abbey Wood, Spruce 0B |
Bristol |
BS34 8JH |
UK |
Mr Darren Brice-Taylor |
+44 1179182968 |
DESAS-P8A-Comrcl1a@mod.uk |
|
https://www.gov.uk/government/organisations/ministry-of-defence
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityAirworthiness, Safety & Logistic Technical Support for P-8A Aircraft. |
II.1.2)
|
Type of service contract3Main site or location of works, place of delivery or performance
Bristol, City of. UKK11 |
II.1.3)
|
Information on framework agreement
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement24 |
|
Justification for a framework agreement the duration of which exceeds seven years
N/a.
|
|
Estimated total value of purchases for the entire duration of the framework agreement2 000 0004 100 000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Technical support services. An enabling contract is required to provide technical support to a multi-disciplined team based at MOD Abbey Wood responsible for delivery of the P8-A Poseidon into UK Service including all supporting activities. In order to support the delivery of the first UK P-8A in April 2019 the P-8A DT requires access to technical specialists across the full range of aeronautical engineering disciplines. These specialists will work alongside the P-8A DT to:
— Provide Independent Technical Evaluation of various artefacts produced by the P-8A DT, NAVAIR and other 3rd party suppliers.
— Generate aircraft and weapons certification products.
— Deliver artefacts in support of Release to Service recommendations.
— Operational Test and Evaluation Support.
— Generate structural, systems and propulsion integrity products and processes.
— Develop safety artefacts including: hazard logs, safety analyses, air-system hazard analyses, equipment safety assessments and safety assessment reports.
— Generate MRP compliance evidence and alternative acceptable means of compliance, where applicable.
— Produce a UK centric Air-system Document Set for the P-8A.
— Support the development of 1 Group continuing airworthiness products.
— Develop configuration control artefacts and processes.
— Deliver integrated logistics support artefacts and processes.
— Engage with 1 Group to support the provision of RAF engineering training.
The duration of the contract will be two years, with options to extend for two further one-year extensions. Tasks will be individually priced using agreed firm daily rates. The total volume requirement is expected to equate to around fifteen man-years of effort per year.
Relevant dates:
Deadline for Expression of Interest and attached DPQQ: 23.5.2017
Proposed/estimated ITT issue date: 29.5.2017
Proposed/estimated ITT return date: 4.7.2017
Proposed/estimated Contract award date: 29.7.2017.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71356300 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
|
|
|
|
|
|
|
|
|
|
|
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe services is proposed/estimated between Oct 17 and Sep 19 (24 Months). This represents the period of the programme up to the delivery of the first UK P-8A. There is a further requirement from Oct 19 to support the continuing delivery of the further P-8A to the UK and the transition from procurement to in-service support. To achieve this it is proposed to extend the contact for a further 2 option periods of 1 year each, with the agreement of both the Authority and the Potential Provider. |
|
2 000 0008 100 000 GBP |
II.2.2)
|
Information about optionsThe services is proposed/estimated between Oct 17 and Sep 19 (24 Months). This represents the period of the programme up to the delivery of the first UK P-8A. There is a further requirement from Oct 19 to support the continuing delivery of the further P-8A to the UK and the transition from procurement to in-service support. To achieve this it is proposed to extend the contact for a further 2 option periods of 1 year each, with the agreement of both the Authority and the Potential Provider. |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
To be Determined at Tender Phase if applicable.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
To be Determined at Tender Phase.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
To be Determined at Tender Phase if applicable.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
To be Determined at Tender Phase.
|
III.1.5)
|
Information about security clearance
1-10-2017
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation
The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
|
III.2.2)
|
Economic and financial standing
|
III.2.3)
|
Technical and/or professional capacity
(b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i)the value of the consideration received; (ii)when and where the work or works were carried out; and (iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed
(d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator
(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority
(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority
(n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification
****IMPORTANT****
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on https://www.contracts.mod.uk/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 7J5NCAV82E. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 23/05/2017 17:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing -support@contracts.mod.uk or call 0800 282 324.
Assessment Criteria
Evaluation of the DPQQ will be scored by multiplying the weighted value against the following scoring criteria for each project question.
Pass / Fail
or
0 — No Answer
1 — Poor
2 — Satisfactory
3 — Good
4 — Very good
5 — Excellent.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? No |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier's capacities and capabilities against the selection criteria.The Authority will use the DPQQ response to create a shortlist of potential providers who:
(1) are eligible to participate;
(2) fulfil any minimum standards;
(3) Pass the Pass/Fail questions in the DPQQ; and
(4) Achieve one of the top 6 scores in the DPQQ. Potential Providers will be given a score for the DPQQ where they wish to express an interest and those with the top 6 scores will be taken to the Invitation to Tender (ITT) stage of this procurement. There is no minimum score.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
MMA/0005
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for requests to participate 23-05-2017
17:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 29-5-2017
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
Section VI: Complimentary Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
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.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. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
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
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: W69J484Z8U.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ¿s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2017420-DCB-10046589.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Air Support, Other |
Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
+44 1179132548 |
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Air Support, Other |
Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
+44 1179132548 |
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Air Support, Other |
Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
+44 1179132548 |
|
|
|
VI.5)
|
Dispatch date of this Notice 20-04-2017 |
ANNEX A
Additional Addresses and Contact Points
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Ministry of Defence, Air Support, Other |
Defence Equipment and Support, Spruce 0B, MP#1007, MOD Abbey Wood South |
Bristol |
BS34 8JH |
UK |
Darren Brice-Taylor
|
+44 03067987387 |
DESAS-P8A-Comrcl1a@mod.uk |
|
|
|