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

Towed Flight Recorder Underwater Locator Beacon System.

  • First published: 23 May 2015
  • Last modified: 23 May 2015

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:
Published by:
DFT
Authority ID:
AA24029
Publication date:
23 May 2015
Deadline date:
09 July 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Sonars. Flight recorders. The Department for Transport (DfT) is seeking to award a contract for the provision of two towed flight recorder underwater locator beacon detection systems, consisting of an Acquisition and Recording system and a Signal Processing system. The systems will be used to assist the Air Accidents Investigations Branch (AAIB) in the underwater searching and localisation of aircraft flight recorders following a crash in water.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


DFT

Group Procurement Division, Zone D/06 Ashdown House, Sedlescombe Road North

Hastings

TN37 7GA

UK


+44 2079448482

ian.richardson@dft.gsi.gov.uk

+44 2079448440

www.dft.gov.uk



http://tenders.dft.gov.uk/ppro-04-23-19/index.html
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Transport
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Towed Flight Recorder Underwater Locator Beacon System.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

8

II.1.2)

Main site or location of works, place of delivery or performance



UKI

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four 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)

Sonars. Flight recorders. The Department for Transport (DfT) is seeking to award a contract for the provision of two towed flight recorder underwater locator beacon detection systems, consisting of an Acquisition and Recording system and a Signal Processing system. The systems will be used to assist the Air Accidents Investigations Branch (AAIB) in the underwater searching and localisation of aircraft flight recorders following a crash in water.

II.1.6)

Common Procurement Vocabulary (CPV)

38113000
34997100

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

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 scope

The AAIB requires a new towed detection system that is intended to replace the current AAIB system. Improved performance, reliability, ease of maintenance and access to spare parts, portability and ease of deployment are all essential requirements of the new system for it to be of use in the challenging task of searching for Underwater Locator Beacons in the harsh offshore environment. The supplier is to deliver the services for a 12 month period with an option for a 12 month extension.

200 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

24

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by the Agent if considered appropriate.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Tenders are to be priced in GBP and payment will only be made in GBP.

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

The group will be required to nominate a lead partner with whom the Authority can contract, or form themselves into a single legal entity before the contract is awarded.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Please refer to Invitation to Tender Documents.

III.2.2)

Economic and financial capacity


Please refer to Invitation to Tender Documents.



Please refer to Invitation to Tender Documents.


III.2.3)

Technical capacity


Please refer to Invitation to Tender Documents.



Please refer to Invitation to Tender Documents.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

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


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

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

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

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

PPRO 04/23/19

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 08-07-2015  11:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 09-07-2015  11:00

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


IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 9-7-2015  11:00

Section VI: Other 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, and the contract will be awarded on the basis of the most economically advantageous tender. Potential tenderers are required to download the Invitation to Tender (ITT) documentation via the following link http://tenders.dft.gov.uk/ppro-04-23-19/index.html in time to allow bids to be returned by 11:00 on 9.7.2015. A bidder's day is scheduled to take place on 4.6.2015 please refer to the ITT documents for further information.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=144478829

GO Reference: GO-2015520-PRO-6615722.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


DFT

Group Commercial Services

Hastings

TN37 7GA

UK

ian.richardson@dft.gsi.gov.uk

+44 2079448482

https://www.gov.uk/government/organisations/department-for-transport

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The DfT will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the DfT as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 20-05-2015

Coding

Commodity categories

ID Title Parent category
34997100 Flight recorders Control, safety or signalling equipment for airports
38113000 Sonars Navigational instruments

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:
ian.richardson@dft.gsi.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.