Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 236-430077/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, C&C, Other
Postal address: Army HQ, Ramillies Building, Floor 2, IDL437, Marlborough Lines
Town: Andover
Postal code: SP11 8HJ
Country: United Kingdom
Contact Person: Christopher Johnson
Telephone: +44 1264381750
Email: ArmyComrcl-CM-RPP1@mod.uk
Fax: +44 1264381218
Nuts code: UKK
Internet address(es):
Main address:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
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: DAUPHIN N3 EMERGENCIES TRAINING.
Reference number: ARMYHQ2/00081
II.1.2) Main CPV code: 34152000
II.1.3) Type of contract: Services
II.1.4) Short Description: The requirement is for provision of Dauphin N3 Emergencies Training for the period 1.2.2017 to 31.3.2020, with an optional 2 x 1 year contract extensions until 2022,during which time the Contractor is to deliver training for up to 25 students per 6 months.
II.1.5) Estimated total value:
Value excluding VAT: 751772 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: UKK
Main site or place of performance:
SOUTH WEST (ENGLAND).
II.2.4) Description of the procurement:
The Authority has identified a requirement for the provision of emergencies training for Army AS365 N3 Dauphin pilots for which the Contractor is to deliver. Due to the nature of the training, it is essential that it is conducted on an AS365 N3 Dauphin synthetic training devise.
The requirement is estimated to commence from 1.2.2017 until 31.3.2020, with an optional 2 x 1 year contract extensions (or parts thereof) until 2022.
The Contractor will be responsible for delivering the following outputs for the provision of training for up to 25 students, every 6 months:
Access to an AS365 N3 Dauphin synthetic training device.
Provision of course material, instructions and reports in English.
All training facilities, resources, student material and training aids.
Training conducted in representative UK airspace and airfields.
Training conducted in representative UK airspace and airfields.
Conduct a sortie debrief with the student
This requirement is being advertised under the ‘Open Procedure’ and therefore, not seeking expressions of interest. If your organisation is interested in tendering for the requirement you will need to gain access to the Supplier Assessment Questionnaire (SAQ) and ‘Supporting Documentation’ which contains the Invitation to Tender (ITT) documentation under the access code: 72MTPBD9F7. Full details of how to apply and complete the ITT are contained within the DEFFORM 47 — Special Notice the Tenderers.
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: 751772 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
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:
Open 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: 2017-01-10 Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2017-01-10 Local time: 10:00 Place:Andover.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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-2016125-DCB-9192831.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, C&C, Other
Postal address: Army HQ, 2nd Floor, Ramillies Building, IDL437, Marlborough Lines
Town: Andover
Postal code: SP11 8HJ
Country: United Kingdom
Telephone: +44 1264381750
E-mail: ArmyComrcl-CM-RPP1@mod.uk
Fax: +44 1264381218
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Ministry of Defence, C&C, Other
Town: Andover
Country: United Kingdom
VI.5) Date of dispatch of this notice:2016-12-05