CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-Bristol: Aircraft-refuelling vehicles.
Section I: Contracting Authority
I.1) Name and addresses
Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Abbey Wood South, Bristol, BS348JH, United Kingdom
Tel. +44 3067982185, Email: DESASAC-ComrclCI2a1@mod.uk
Contact: Nick Rebbeck
Main Address: www.contracts.mod.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
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 abovementioned address
Tenders or requests to participate must be sent electronically via www.contracts.mod.uk to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of Spares & Repairs, Calibration of Components for Aircraft and Ground Support Equipment (GSE) Refuelling Vehicles
Reference Number: ACCOMM2C/7079
II.1.2) Main CPV Code:
34144730 – Aircraft-refuelling vehicles.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Ministry of Defence has a requirement for the spares provision, repair (spares inclusive) and core/ad hoc post design services (PDS) for specialist Aircraft refuelling and other fuel dispensing vehicles both within the United Kingdom and overseas locations. Fuels utilised will include but not restricted to AVTUR, AVGAS and Diesel. These equipments include but are not limited to the equipment at Statement of Work -Annex A to Schedule 2 of the Terms and Conditions.
II.1.5) Estimated total value:
Value excluding VAT: 4,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
34144730 – Aircraft-refuelling vehicles.

II.2.3) Place of performance:
UKK11 Bristol, City of
UK UNITED KINGDOM

II.2.4) Description of procurement: Repair, maintenance and associated services related to aircraft and other equipment. The Ministry of Defence has a requirement for a Contract to support specialist Aircraft refuelling and other fuel dispensing vehicles. It will include the provision of Spares; Spares inclusive Repairs, Post Design Services and Testing & Certification.

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: 5MK23CW9T7. Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is 21/10/2016 12:00. 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 4,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: 3 year contract with an option to extend for additional 2 years.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided

Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The information will be sought through the formal Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required (if applicable) :
The accounts provided in response to the Pre-Qualification Questionnaire will be subject to a risk based assessment looking at turnover, profitability, liquidity, capital structure and funding. Where accounts are not provided or concerns are identified within the supplied accounts that would suggest a higher risk level, further information may be requested. However, should additional evidence not prove satisfactory then the Authority reserves the right to exclude the company from the tender.
Evidence provided must demonstrate appropriate employer liability insurance.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
The information will be sought through the formal Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required (if applicable) :
The information provided in response to the Pre-Qualification Questionnaire will be evaluated and scored in accordance with the Pre-Qualification Questionnaire evaluation plan and scoring matrix. Minimum level(s) of scoring will be indicated in the Pre-Qualification Questionnaire. If the information provided in a company’s response does not meet the minimum score, they may not be invited to tender then the Authority reserves the right to eliminate the company from the PQQ assessment and exclude the company from the tender.
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
lectronic Trading. Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence?s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at www.d2btrade.com. The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement – NO
The procurement involves the setting up of a dynamic purchasing system – NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/10/2016
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/10/2016
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 31/03/2017

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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 VI.4) Procedures for review
VI.4.1) Review body:
Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Neighbourhood 1, Walnut 3 C #1335, Abbey Wood, Bristol, BS34 8JH, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Neighbourhood 1, Walnut 3 C #1335, Abbey Wood, Bristol, BS34 8JH, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Bristol, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 21/09/2016

Annex A

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