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, Air Commodities Project Team (AC PT) |
NH1, Walnut 3c, #1335, MoD Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
+44 3067985911 |
edward.bulpitt100@mod.gov.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 authorityProvision and Support of Groundcrew Headsets |
II.1.2)
|
Type of supplies contract
|
|
|
|
|
|
|
|
|
|
Main 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 agreement
|
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
— occupational clothing, special workwear and accessories,
— protective gear,
— protective headgear,
— earphones,
— communications equipment,
— headphones,
— the Air Commodities Team (ACT) within DE&S has a tri-service requirement to provide circa one thousand nine hundred (1900) replacement headsets for Aircraft Groundcrew. These headsets are required to ensure that personnel can conduct tasks safely and comfortably whilst operating in a high noise level environment around running aircraft. These headsets must comply with all appropriate UK and EU legislation in the protection against Noise Induced Hearing Loss (NIHL). Aircraft Groundcrew must be able to communicate with the Aircrew within the aircraft for the safe and effective operation of the Aircraft. The headsets must allow full duplex voice communication with a wide variety of in-scope fixed and rotary wing platforms. The headset must be compatible with existing communication systems and the wearing of appropriate in-service Personnel protection equipment (PPE). There may be a requirement over the life of the contract to purchase additional headsets to meet shifts in demand as the authority’s aircraft fleet size fluctuates. The option to purchase additional batches beyond what is initially ordered will be included within the contract.
ACT requires any potential contractor to provide an in-service support package for a period of up to ten (10) years. The support package will include but not be limited to the repairs/maintenance, provisioning of spares and technical documentation to allow an element of the repairs to be conducted by the authority. Post design services (PDS) may also be required to preserve equipment capabilities such as meeting new or safety legislation. ACT may also require the development and delivery of a training package for operation of the headsets.
The exact specification of the headset and interface requirements will be provided as part of the ITT pack for bidders who successfully pass through the PQQ. The deadline for completion of the PQQ and expressing an interest in this requirement is 12.00 midday on 16.9.2019.
As this competition may result in new to service equipment there will be the need to conduct trials as part of the tender evaluation and release to service activities. The first phase of trials will take place during the ITT stage, which the tenderers will be asked to provide headsets for, in order to evaluate the product provided by the tenderers. A second phase may include on-aircraft trials post contract award.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
18100000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
|
|
|
|
|
|
|
|
|
|
|
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe advertised contract for the supply and support of Groundcrew Headsets will be for a period of 7 years plus 3 x 1 year extension options to cover a maximum duration of 10 years. A further option to buy additional headsets will be present in the contract. Groundcrew Headsets is an equipment delivery program which will include an appropriate support package. The full scope of the contract will be explained within the invitation to tender. |
|
6 100 000 GBP |
II.2.2)
|
Information about optionsThere will be 3 individual 1-year extension options to extend the duration of the contract to ten (10) years. Options will be included to purchase additional batches of headsets beyond the figures presented within this notice if required. An option for a training package as well as a train the trainer package will also be included within the contract. |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals
|
Section III: Legal, Economic, Financial and Technical Information
|
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 participate2 |
|
Objective criteria for choosing the limited number of candidates
|
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
700005439
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 09-09-2019
12:00
|
IV.3.4)
|
Time-limit for requests to participate 16-09-2019
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
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
In line with the MoD cyber protection policy and Def Stan 05-138 this project has been deemed as ‘Low Risk’. Further information on Def Stan 05-138 and the Defence Cyber Protection Partnership (DCPP) can be found via https://supplier-cyber-protection.service.gov.uk/
As part of the ITT process all tenderers will be required to complete a Supplier assurance questionnaire (SAQ) to demonstrate the appropriate level of compliance.
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 login, go to your response manager and add the following Access Code: M83338Y92Q
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 0800282324
GO Reference: GO-201988-DCB-15226356
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Air Support, Air Commodities Project Team (AC PT) |
|
Bristol |
BS34 8JH |
UK |
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 08-08-2019 |