CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 023-040830/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, C&C, Other
Nimrod Building, RAF High Wycombe
Walter’s Ash
Postal code: HP14 4UE
United Kingdom
For the attention of: Charlotte Low
Email: DefComrclCC-Air5a@mod.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: 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) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: Initial Airport Services Contract.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 26: Recreational, cultural and sporting services
Main site or location of works, place of delivery or of performance: Berkshire, Buckinghamshire and Oxfordshire.
Nuts code: UKJ1
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:Facilities management services. Miscellaneous engineering services. Training services. Repair, maintenance and associated services related to aircraft and other equipment. Repair, maintenance and associated services of vehicles and related equipment. Airport operation services. Specialised photography services. Information systems. Security services. The United Kingdom Royal Air Force has a requirement for a range of services to be provided at its largest UK base, located at Brize Norton. This base is home to a mixed fleet of aircraft that constitute the majority of the Air Mobility Force, and also plays host to the single Air Port of Embarkation (APOE) for the UK Armed Forces. RAF Brize Norton provides rapid global mobility, including Air to Air Refuelling (AAR), in support of operations and exercises both abroad and in the UK.The services required under the contract include: aircraft maintenance support; off-aircraft mechanical and electrical/electronic support; airfield support and operation; motor transport operations and maintenance; logistic support services; armoury support; media & photographic services; supply services support; airport support services; fuels and lubricants; and general support. Collectively, these requirements are being addressed by the name of Initial Airport Services Contract (IASC).These services are complementary to — and do not replace — several other UK Defence contracting arrangements coming into effect including HESTIA, HADES, Marshall, Next Generation Estates Contracting (NGEC) and Programme Gateway’s (PGW) Future Airport solution, due on completion of the IASC from 2021.
II.1.6) Common procurement vocabulary (CPV): 79993100, 71330000, 80500000, 50210000, 50100000, 63731000, 79961300, 48810000, 79710000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The United Kingdom Royal Air Force has a requirement for a range of services to be provided at its largest UK base, located at Brize Norton. This base is home to a mixed fleet of aircraft that constitute the majority of the Air Mobility Force, and also plays host to the single Air Port of Embarkation (APOE) for the UK Armed Forces. RAF Brize Norton provides rapid global mobility, including Air to Air Refuelling (AAR), in support of operations and exercises both abroad and in the UK.
The services required under the contract include: aircraft maintenance support; off-aircraft mechanical and electrical/electronic support; airfield support and operation; motor transport operations and maintenance; logistic support services; armoury support; media & photographic services; supply services support; airport support services; fuels and lubricants; and general support. Collectively, these requirements are being addressed by the name of Initial Airport Services Contract (IASC).
These services are complementary to — and do not replace — several other UK Defence contracting arrangements coming into effect including HESTIA, HADES, Marshall, Next Generation Estates Contracting (NGEC) and Programme Gateway’s (PGW) Future Airport solution, due on completion of the IASC from 2021.
Following pre-qualification a minimum of 3 and maximum of 5 of the top scoring responders will be invited to tender.
All tender responses from those companies invited to submit a tender will be subject to an evaluation process to down-select the highest bidder on the Most Economically Advantageous Tender (MEAT). The full details of the MEAT evaluation shall be published to the bidders invited to tender. All bidders need to note that AWARD will be used for ITT tender evaluation.
Key programme milestones are listed below (these should be regarded as indicative only at this stage):-
— 5.3.2017 — Deadline for PQQ responses,
— End March 2017 — Issue of ITT to PQQ down selected bidders (to a maximum of five bidders),
— Early to mid Apr 2017 — Industry Site Visit Day at RAF Brize Norton to view scope as provided in ITT,
— Mid June 2017 — Receipt of Industry responses to the ITT,
— To Sept 2017 — Tender Evaluation Phase,
— Sept 17-Dec 17 — Internal Processes,
— Late Dec/Early Jan 2018 — Contract Award,
— Jan 18-March 18 — Transition period,
— 1.4.18 — Contract Start Date.
Estimated value excluding VAT:
Range: between 57 000 000 and 100 000 000 GBP
II.2.2) Information about options:
Options: yes
Up to 2 one-year options may be awarded, in whole or in part, subject to internal approvals and a combined assessment of the RAF’s operational requirements at the time, and the performance record of the relevant contractor.The upper figure of the contract value above includes the option periods.
Provisional timetable for recourse to these options: in months: (from the award of the contract): 12
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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 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 ability
(a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance.(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.(c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.Please see DPQQ relating to this Notice for details of information required.
Minimum level(s) of standards possibly required: (a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance.(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.(c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.Please see DPQQ relating to this Notice for details of information required.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: (c) A statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where – (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided.(e) A statement of the economic operator’s: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property.(h) The environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract.(j) A description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract.(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.(o) Any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).Please see DPQQ relating to this Notice for details of information required.
Minimum level(s) of standards possibly required: Please see DPQQ relating to this Notice for details of minimum levels of standards required.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number: 1 and maximum number 5
Objective criteria for choosing the limited number of candidates:
Please refer to the associated PQQ.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
ACT/04529
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU:2016/S 204-369916of21.10.2016
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
05.03.2017 – 23:59
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) 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.

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 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: 3Q69WQ5CSV. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 5.3.2017 23:59. 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. GO Reference: GO-2017131-DCB-9496829.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, C&C, Other
Walter’s Ash
United Kingdom
VI.5) Date of dispatch of this notice:
31.01.2017

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking