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: (2019/S 218-536502/EN)
Nature of contract: Service contract
Procedure: Negotiated procedure
Regulation of procurement: EU

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
RAF High Wycombe
Walter’s Ash
Postal code: HP14 4UE
United Kingdom
Phone: +44 1494495971
Email: charlotte.low966@mod.gov.uk
Internet Address(es):
General address of the contracting authority: www.contracts.mod.uk
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: RAF Brize Norton Support Contract (BSC)
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: Oxfordshire.
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:Airport engineering services, security services, transport services (excl. Waste transport), mechanical and electrical engineering services, photographic services, repair and maintenance services of firearms and ammunition, information technology services, airport operation services, administration services, RAF Brize Norton is home to a mixed fleet of aircraft that constitute the majority of the air mobility force, 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. RAF Brize Norton Support Contract (BSC) is to provide the UK’s largest airbase with a range of services to support the single Air Port of Embarkation (APOE) for the UK Armed Forces. The requirement is for a period of 3 years, subject to options for the authority to extend, as set out below. The anticipated contract start date is 1.8.2021 to allow for a 4-month transition period before full service commencement from 1.12.2021.
II.1.6) Common procurement vocabulary (CPV): 71311240, 79710000, 60000000, 71334000, 79961000, 50620000, 72222300, 63731000, 75100000,
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 statement of requirement, issued to successful applicants will fully detail the various types of activity to be undertaken in support of the requirement at RAF Brize Norton.
The services required under the contract include, but are not limited to:
— 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 and photographic services,
— supply services support,
— airport support services,
— fuels and lubricants; and general support.
Following pre-qualification the top 4 scoring responders will be invited to negotiate. Any suppliers achieving a fail for any questions within the PQQ will be disqualified from taking any further part in this procurement.
All tender responses from those companies invited to submit a tender will be subject to an evaluation process to select the highest scoring bidder based on the most economically advantageous tender (MEAT). The full details of the MEAT evaluation shall be published to the bidders invited to negotiate. All bidders need to note that award will be used for tender evaluation.
Estimated value excluding VAT:
Range: between 40 000 000 and 100 000 000 GBP
II.2.2) Information about options:
Options: yes
The authority reserves the right to extend the contract by up to 2 periods of up to 12 months each.
Provisional timetable for recourse to these options: in months: (from the award of the contract): 36
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
The authority reserves the right to require guarantees, bonds or other forms of security.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The authority will trade electronically with the contractor during the life of the contract using the contracting, purchasing and finance (CP&F) system. Use of the CP&F system is mandatory for all authority contracts. Please see PQQ Part 2 Form F questions regarding CP&F.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The authority expects bids from a single prime contractor, who may sub-contract elements as appropriate. Full details must be provided within the PQQ.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please see requirements and questions in PQQ Part 2 Form G (defence and security questions).
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.As set out in Part 1 Form B and Part 1 Form C of the PQQ.
III.2.2) Economic and financial ability
See pre-qualification questionnaire.
Minimum level(s) of standards possibly required: See pre-qualification questionnaire.See pre-qualification questionnaire.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: See pre-qualification questionnaire.
Minimum level(s) of standards possibly required: See 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: NO
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators:4
Objective criteria for choosing the limited number of candidates:
The top 4 scoring PQQ responses will be taken through to the invitation to negotiation stage. Please see the PQQ evaluation criteria for further detail.
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
700005325
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU:2019/S 008-015376of10.01.2019
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
09.12.2019 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
23.01.2020
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.

The cyber risk profile for this contract is moderate. A supplier assurance questionnaire will be required at tender stage and the associated risk assessment reference will be issued with invitation to tender documentation.
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
Economic operators shall be liable for their own costs in responding to this contract notice or taking any other part in this procurement process. The authority reserves the right not to award the contract in whole or in part, and to vary or cancel the procurement process at any stage. The authority shall not be liable to any economic operators for any costs, expenses or losses of whatsoever nature that they may incur as a result of such action.
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: Y66496UPPH.
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 tel. 0800 282 324.
GO Reference: GO-2019118-DCB-15554498
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Air Support, Other
RAF High Wycombe
Walter’s Ash
United Kingdom
Phone: +44 1494495971
Email: charlotte.low966@mod.gov.uk
Body responsible for mediation procedures:
Ministry of Defence, C&C, Other
Walter’s Ash
United Kingdom
Phone: +44 1494495971
Email: charlotte.low966@mod.gov.uk
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, C&C, Other
Walter’s Ash
United Kingdom
Phone: +44 1494495971
Email: charlotte.low966@mod.gov.uk
VI.5) Date of dispatch of this notice:
08.11.2019


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

April 25, 2024

Engineering Training Framework Agreement

Type of document: Contract Notice Country: United Kingdom 1. Title: ENGINEERING TRAINING FRAMEWORK AGREEMENT 2. Awarding Authority: Ministry of Defence, GB Email:

April 25, 2024

The Repair of Coolant Line Replacement Units and Associated Items - Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: THE REPAIR OF COOLANT LINE REPLACEMENT UNITS AND ASSOCIATED ITEMS – SHORT