Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-000755/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Postal address: MOD ABBEY WOOD South, Air Commodities Delivery Team
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Contact Person: Christopher Simmons
Telephone: +44 3067988095
Email: christopher.simmons106@mod.gov.uk
Internet address(es):
Main address: www.contracts.mod.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.contracts.mod.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:www.contract.mod.uk
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Air Start Replacement Project
Reference number: 70148382
II.1.2) Main CPV code: 34741000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The User requires a turbine-driven air start capability, to support the operation and maintenance of designated aircraft types. The capability will be required to support the enabling of the Strategic Base; fulfil standing commitments; development and maintenance of a contingent capability; and contingent operations commensurate with the direction provided in Defence Strategic Direction 2016, the RAF Command Plan and the requirements of Joint Force 2025.
II.1.5) Estimated total value:
Value excluding VAT: 5350000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKK11
Main site or place of performance:
Bristol, City of
II.2.4) Description of the procurement:
The scope of the requirement is to replace the current RAF fleet of Houchin 165 and 230 Air Start equipment that have passed their planned out of service date (OSD). The user requires a minimum fleet of 15 new Air Starters to provide an engine start and environmental control system (ECS) maintenance capability for the designated aircraft types operated by Headquarters Air Command (HQ AIR), at UK Main Operating Bases (MOBs), and Permanent Joint Operating Bases (PJOBs) and the deployed operating environment.
The scope of the requirement will also include through life support of the 15x new Air Starters, and for the existing fleet of 21 x Rheinmetall MSU 200/6 T Air Start Units purchased in 2009 and in service with the Royal Air Force’s Typhoon Fleet.
The Contract will include the following Work Packages:
WP 1 – Project Management & Core Post Design Services (PDS)
WP 2 – Test Evaluation, Acceptance & Equipment Delivery
WP 3 – Integrated Logistic Support (ILS)
WP 4 – Provision of Spares
WP 5 – Technical Support
WP 6 – Maintenance and Repair
WP 7 – Training
WP 8 – Technical Publications
WP 9 – Obsolescence Management
A Draft Statement of Requirement (SOR) is available for review as part of the attachments to the Dynamic Pre Qualification Questionnaire (DPQQ).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 5350000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 7
Objective criteria for choosing the limited number of candidates: Detailed in DPQQ Scoring and Evaluation Criteria
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: This Contract will have 4x additional Option Years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Prospective contractors are required to hold Quality Management System certification to BS ISO 9001:2015 or suitable alternative, with appropriate scope to deliver contract requirements, issued by a National Accredited Certification Body. You will be required to provide a copy of certificate(s) in the DPQQ. The winning supplier will be required to provide it for review prior to contract award.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-02-15 Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2021-04-16
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
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 GO Reference: GO-2021114-DCB-17639815
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Postal address: MOD Abbey Wood South, Air Commodities Delivery Team
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 3067988095
E-mail: christopher.simmons106@mod.gov.uk
VI.5) Date of dispatch of this notice:2021-01-14