Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 159-365889/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, Combat Air, UK Military Flying Training System (UKMFTS) Project Team
#7001, MoD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): John McTaggart
Email: john.mctaggart100@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: Hawk TMk1/1A Collision Warning System
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: Bristol, City of
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:Parts for military aerospace equipment. The Collision warning system is a new capability to be provided on the Hawk T1 which shall provide the user situational awareness to provide warning of potential mid-air collisions, which will support the risk to life mitigation associated with the Mid-Air Collision (MAC) risks until forecast Out-of-Service date.
II.1.6) Common procurement vocabulary (CPV): 35640000,
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 CWS programme is to enhance the situational awareness of the aircrew in relation to aiding the identification of other air traffic within relative proximity whilst operating the Hawk T1. This will mitigate risk of Mid Air Collision with civilian air traffic and enhance awareness of the location of other participating military traffic within operating airspace. It is envisioned that 45 units will be required to facilitate this, 2 units for initial testing and integration, and a further 43 to cover the projected fleet number and spares provision. There will also be an option to provide through life support of the units after delivery.
Estimated value excluding VAT:
Range: between 10 000 000 and 20 000 000 GBP
II.2.2) Information about options:
Options: yes
There will be an option to provide through life support after the initial 2 year contract period. This will run for approximately 10 years taking it up to Hawk out-of-service date.
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 reserves the right to ask for an indemnity, guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing. A supplier may be asked to provide a parent company guarantee.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will follow delivery and acceptance of the goods, works or services.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract
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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security aspects letter 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.Candidates 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.
III.2.2) Economic and financial ability
(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 three 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.We will request 2 years audited accounts. A level of financial information will be requested through the DPPQ, failure to adequately provide such information may result in the potential exclusion.
Minimum level(s) of standards possibly required: (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 three 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.We will request 2 years audited accounts. A level of financial information will be requested through the DPPQ, failure to adequately provide such information may result in the potential exclusion.A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include parent company where applicable.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: (a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator’s technical ability, taking into account in particular that economic operator’s skills, efficiency, experience and reliability;(d) a statement of the technicians or technical services available to the economic operator to:(i) carry out the work under the contract, or(ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;(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;(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;(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the Contracting Authority.Evaluation of technical ability will be conducted through the use of PQQ attached to this notice.
Minimum level(s) of standards possibly required: The main contractor will be required to provide evidence of its ability to process, store and transmit classified information at Official by describing the required Facility Security Clearance (FSC) granted by its National or Designated Security Authority
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 number of operators:5
Objective criteria for choosing the limited number of candidates:
Objective criteria will be listed in the PQQ, and will contain a number of technical, commercial and finance Pass/fail questions, as well as bespoke questions marked on a 0-5 scale assessing potential providers technical capacity and ability.
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
UKMFTS/2018/01
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: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
17.09.2018 – 09:00
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
GO Reference: GO-2018816-DCB-13022218
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Combat Air, UK MFTS Type Airworthiness Authority (HAWK TMK1 AND HAWK TMK2)
#7001, MOD Abbey Wood (North)
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067980039
Body responsible for mediation procedures:
Ministry of Defence, Combat Air, UK MFTS Type Airworthiness Authority (HAWK TMK1 AND HAWK TMK2)
#7001, MOD Abbey Wood (North)
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067980039
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Combat Air, UK Military Flying Training System (UKMFTS) Project Team
#7001, MOD Abbey Wood (North)
Bristol
Postal code: BS34 8JH
United Kingdom
VI.5) Date of dispatch of this notice:
16.08.2018