CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 154-354437/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU

Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Helicopters, Chinook Project Team
MOD Abbey Wood North, NH5 Teak Level 1 #5105
Bristol
Postal code: BS34 8QW
United Kingdom
Contact points(s): Hayley Shortall
Phone: +44 3067989353
Email: hayley.shortall101@mod.gov.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: Enabling Support Contract for Aircraft Covers and Miscellaneous Covers
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: Gloucestershire, Wiltshire and Bristol/Bath area
Nuts code:
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:Aircraft equipment. The requirement is to place an enabling support contract for the support of Chinook aircraft covers and Miscellaneous covers. This requirement shall include the procurement of new covers, and repair and maintenance of existing covers.
II.1.6) Common procurement vocabulary (CPV): 34741000,
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 requirement is to place an enabling support contract for the support of Chinook aircraft covers. This requirement shall include the procurement of new covers, and repair and maintenance of existing covers. The enabling support contract shall be for a period of 2 years.
Interested companies are required to complete a Dynamic Pre-qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the company’s capacities and capabilities against the selection criteria.
The Authority will use the DPQQ response to create a shortlist of tenderers who:
a) are eligible to participate;
b) fulfil any minimum economic, financial, professional and technical standards; and
c) best meet in terms of capacity and capability the selection criteria set out below.
It is envisaged that a minimum number of 2 and a maximum number of 10 companies will be invited to tender by the Authority based upon the DPQQ response weighted scores.
Selection criteria:
As detailed in the DPQQ.
Estimated value excluding VAT:
1 GBP
II.2.2) Information about options:
Options: no
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:
The Authority may require a Parent company guarantee at it’s sole discretion.
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 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.
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
As per Pre-qualification Questionnaire.
Minimum level(s) of standards possibly required: As per Pre-qualification Questionnaire.As per Pre-qualification Questionnaire.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As per Pre-qualification Questionnaire.
Minimum level(s) of standards possibly required: As per Pre-qualification Questionnaire.
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:
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: 2 and maximum number 10
Objective criteria for choosing the limited number of candidates:
See PQQ — Potential tenderers will be scored in accordance with the criteria listed and the highest 10 potential tenderers will be invited to tender. A minimum of 60 % will need to be achieved for inclusion in the ITT stage for this requirement.Where questions are scored and weighted the following criteria will apply:0: No Response1: Poor Response – limited, it lacks detail, credibility and/or explanation, and demonstrates only a basic understanding of the requirement. Partial responses provided, not linked to the key attributes of the questions — anecdotal in parts. The response provides limited evidence of processes, procedures, roles/responsibilities and professional competency etc. The answer contains ambiguities or deficiencies that may not be tolerated. Your inclusion on the Tender List will most likely be precluded, dependent on overall score and subject to verification by the evaluation team.2: Satisfactory Response — demonstrates a satisfactory understanding of the requirement. The response outlines a level of professional competency. Response includes some key processes and procedures, linked to key attributes of the questions and demonstrates a reasonably acceptable approach that covers most areas, however, lacks depth and supporting evidence. Your inclusion on the Tender List may not be precluded; however this is subject to verification by the evaluation team.3: Good Response — is sufficiently detailed to demonstrate a good understanding of the requirement. Demonstrable approach that is clear and consistent. Processes and procedures are reasonably well explained and logical. Response is clear, verifiable and covers all key attributes of the question. Your inclusion on the Tender List may not be precluded; however this is subject to verification by the evaluation team.4: Very Good Response — demonstrates a strong understanding of the requirement. It provides specific details and clearly demonstrates professional competencies and works experience in relation to the question. Evidence provided to support a confidence in ability to deliver. The response identifies specific commendations/awards achieved in relation to the question being answered, that can be verified by the evaluation team.5: Excellent Response — is comprehensive, unambiguous and demonstrates an excellent understanding of the requirement. Approach is detailed and includes robust and effective measures, with processes and procedures being clearly explained and perfectly logical. It provides specific details and clearly demonstrates professional competencies and relevant works experience in relation to the question. Clear and fully verifiable evidence provided that covers all attributes, providing high degree of confidence in ability to deliver. The response identifies specific commendations/awards achieved in relation to the question being answered, that can be verified by the evaluation team.
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
An electronic auction will be used: yes
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
CHC/599
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
14.09.2018 – 10:00
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 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.

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: D9H3A2J269.
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-201888-DCB-12971385
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Helicopters, Chinook Project Team
Bristol
Postal code: BS34 8QW
United Kingdom
Email: hayley.shortall101@mod.gov.uk
Body responsible for mediation procedures:
Ministry of Defence, Helicopters, Chinook Project Team
Bristol
United Kingdom
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:30 Calendar days from the issue of this contract notice.
VI.5) Date of dispatch of this notice:
08.08.2018

Post written by: Andrew Perry


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

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