Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2016/S 204-369916/EN)
Nature of contract: Service contract
Procedure: Not applicable
Regulation of procurement: EU
Type of bid required: Not applicable
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, C&C, Other
3 Site, RAF High Wycombe
High Wycombe
Postal code: HP14 4UE
United Kingdom
For the attention of: Charlotte Low
Email: Charlotte.Low966@mod.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Title attributed to the contract by the contracting authority/entity:
Initial Airport Services Contract (IASC).
II.2) Type of contract and location of works, place of delivery or of performance:
SERVICES
Main site or location of works, place of delivery or of performance:
UKJ14
Service category: Air transport services of passengers and freight, except transport of mail
II.3) Information on framework agreement
II.4) Short description of nature and scope of works or nature and quantity or value of supplies or services:
Provision of a range of support services at RAF Brize Norton.
Lots: The contract is divided into lots: No
II.5) Common procurement vocabulary (CPV):
79993100
II.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 8.1.2018
II.7) Additional information:
This is for industry information only; it is not a request for expressions of interest at this stage.
The United Kingdom Royal Air Force has a requirement for a range of services to be provided at RAF Brize Norton. This procurement would seek to appoint a flexible & adaptable delivery provider, for services that may include off-aircraft maintenance, mechanical and electrical/electronic support, airfield support and operation, motor transport and maintenance, logistic support services, armoury support, security services and other general support activity. Collectively these requirements are to form part of an Initial Airport Services Contract (IASC) which is a Category C programme in a range of £20M — £100M, over a period of 3 years. This may be extended by utilising options available at the discretion of the Authority. An opportunity may exist for Industry to consider and provide a capability to upgrade existing infrastructure on the Air Station during the life of the Contract. Infrastructure ownership remains with MoD.
Any contract awarded will be firm priced, and for a core duration period of three (3) years. Further option periods may be awarded (subject to the relevant internal approvals), for up to an additional three (3) years in whole or in part, based upon a combined assessment of the RAF’s operational requirements at the time, and the performance record of the relevant contractor. Utilisation of any option period is at the discretion of the Authority. Also, under the terms of the contract, the Authority will retain the right to terminate the Contract earlier than the core 3 years specified.
It is anticipated that the procurement will be run under the auspices of the Restricted Procedure of the Defence and Security Public Contracts Regulations (DSPCR) 2011.
The procurement programme will allow any commercial entity, including partnerships, consortiums or special procurement vehicles, demonstrating the necessary resources, skills and commitment, to be considered for participation. Companies may apply to bid subject to satisfactory pre-qualification.
Evaluation of the pre-qualification responses will be based on technical, financial and commercial criteria including past performance on similar contracts, project management and ability to sustain/improve capability as well as other criteria that will be published with the pre-qualification documentation. It should also be noted that pre-qualification will examine commitment to the use of SMEs and Apprenticeship schemes.
Contract ‘in service’ date will be 1.4.2018.
The services for this requirement are complementary to — and do not replace — several other UK Defence contracting arrangements coming into effect including HESTIA, Marshall and Next Generation Estates Contracting (NGEC). The IASC shall be superseded at Contract end by a further project (Future Airport) which will seek to expand on the services within IASC as an Enhanced Operating Model (EOM) under Programme Gateway.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2) Conditions for participation
III.2.1) Information about reserved contracts
Section VI: Complementary information
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no.
VI.2) Additional information
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. 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 GO Reference: GO-20161019-DCB-8971953.
VI.3) Information on general regulatory framework
VI.4) Date of dispatch of this notice: 19.10.2016