Aircraft Maintenance Contract for DASH 7
This procurement is for the purchase of the Service and Maintenance Contract for the British Antarctic Survey’s DASH 7 Aircraft.
United Kingdom-Swindon: Aircraft and spacecraft
2016/S 241-440317
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
UK Shared Business Services
North Star House, North Star Avenue
For the attention of: Belinda Field
SN2 1FF Swindon
United Kingdom
E-mail: majorprojects@uksbs.co.uk
Internet address(es):
General address of the contracting authority: www.uksbs.co.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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Natural Environment Research Council, British Antarctic Survey
High Cross, Madingley Road
CB3 0ET Cambridge
United Kingdom
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The DH7-110 aircraft is registered in the Falkland Islands. The oversight of maintenance is by Air Safety Support International (a wholly owned subsidiary of UK Civil Aviation Authority). The regulatory framework for Maintenance Organisations is the Overseas Territories Aviation Requirements (OTAR 145). The contracted organisation would also be responsible for Continuing Airworthiness (OTAR 39).
The DASH 7 aircraft is modified with an increased MTOW of 47,000lb, auxiliary long range fuel tanks and a large forward cargo door. It has also been modified to undertake airborne science missions. The British Antarctic Survey also operates four Twin Otter (Series 300) aircraft.
The contract for the DASH 7 is both for heavy maintenance at the contractors home maintenance facility and line maintenance when the aircraft is deployed.
The aircraft are deployed to the Antarctic in October. It is expected that a licensed engineer will support the aircraft depending on the field programme and deployments. They will undertake support of both the UK and international science programmes from the research station at Rothera. The facilities at Rothera include a Hangar and workshop facility. The deployment of the aircraft to the Antarctic is for approximately 6 months with a return to the home maintenance facility in March for heavy maintenance.
Whilst undertaking heavy maintenance the contractor will often be requested to incorporate modifications in support of operation equipment upgrades but also science requirements.
The aircraft is required to be ready to support medical evacuations from Antarctica during some of the maintenance period. Accurate scheduling and completion of the maintenance is critical to allow this support, with a minimum of ‘down time’ while undergoing maintenance, repair or modifications.
II.1.6)Common procurement vocabulary (CPV)
34700000, 50200000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The DH7-110 aircraft is registered in the Falkland Islands. The oversight of maintenance is by Air Safety Support International (a wholly owned subsidiary of UK Civil Aviation Authority). The regulatory framework for Maintenance Organisations is the Overseas Territories Aviation Requirements (OTAR 145). The contracted organisation would also be responsible for Continuing Airworthiness (OTAR 39).
The DASH 7 aircraft is modified with an increased MTOW of 47,000lb, auxiliary long range fuel tanks and a large forward cargo door. It has also been modified to undertake airborne science missions. The British Antarctic Survey also operates four Twin Otter (Series 300) aircraft.
The contract for the DASH 7 is both for heavy maintenance at the contractors home maintenance facility and line maintenance when the aircraft is deployed.
The aircraft are deployed to the Antarctic in October. It is expected that a licensed engineer will support the aircraft depending on the field programme and deployments. They will undertake support of both the UK and international science programmes from the research station at Rothera. The facilities at Rothera include a Hangar and workshop facility. The deployment of the aircraft to the Antarctic is for approximately 6 months with a return to the home maintenance facility in March for heavy maintenance.
Whilst undertaking heavy maintenance the contractor will often be requested to incorporate modifications in support of operation equipment upgrades but also science requirements.
The aircraft is required to be ready to support medical evacuations from Antarctica during some of the maintenance period. Accurate scheduling and completion of the maintenance is critical to allow this support, with a minimum of ‘down time’ while undergoing maintenance, repair or modifications.
About UK Shared Business Services
UK Shared Business Services Ltd (UK SBS) brings a
commercial attitude to the public sector; helping our
customers improve efficiency, generate savings and
modernise.
It is our vision to become the leading provider for our
customers of shared business services in the UK
public sector, continuously reducing cost and
improving quality of business services for Government and the public sector.
Our broad range of expert services is shared by our
customers. This allows our customers the freedom to
focus resources on core activities; innovating and
transforming their own organisations.
Core services include Procurement, Finance, Human
Resources, Payroll, ISS, and Property Asset
Management all underpinned by our Service Delivery
and Contact Centre teams.
UK SBS is a people rather than task focused
business. It’s what makes us different to the traditional transactional shared services centre. What is more, being a not-for-profit organisation owned by its customers, UK SBS’ goals are aligned with the public sector and delivering best value for the UK taxpayer.
If UK SBS is procuring the Contract or Framework as
a central purchasing body for multiple Customers who
are other contracting authorities. This means that other
contracting authorities named in this OJEU Notice
may use the Contract or Framework.
Detailed on the UK SBS Ltd website is a list of all
organisations, institutes, centres and bodies
(Authorised Entities) that may also use any
appropriately advertised Contract let by UK Shared
Business Services Ltd The full list is detailed below.
UK SBS Pan Government list is available at
https://intranet.uksbs.co.uk/procurement/teamsite/Pages/SourcingContract.aspx
Estimated value excluding VAT: 4 000 000 GBP
II.2.2)Information about options
Description of these options: The Contract duration shall be for a period of 5 years,
with review periods at the end of Year 1 and Year 3
from the commencement of the Contract.
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.1.1)Deposits and guarantees required:
the procurement. Parent company and/or other
guarantees of performance and financial liability may
be required if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
the Public Contracts Regulations 2015, for
procurement values that exceed Regulation 5
(Threshold amounts).
This procurement will be managed electronically via
the Crown Commercial Service’s e-Sourcing Suite.
To participate in this procurement, participants shall
first be registered on the e-Sourcing Suite.
If Bidders have not yet registered on the eSourcing
Suite, this can be done online at
https://gpsesourcing.cabinetoffice.gov.uk by following
the link ‘Register for CCS eSourcing’.
Please note that, to register, Bidders must have a
valid DUNS number (as provided by Dun and
Bradstreet) for the organisation which you are
registering, who will be entering into a contract if
invited to do so. Note: registration may take some
time please ensure that you allow a sufficient amount
of time to register.
Full instructions for registration and use of the system can be found at
http://ccs.cabinetoffice.gov.uk/i-amsupplier/
respondtender.
Once you have registered on the eSourcing Suite, a
registered user can express an interest for a specific
procurement. This is done by emailing
ExpressionOfInterest@ccs.gsi.gov.uk.
Your email must clearly state: the name and reference for the procurement you wish to register for;
Your organisations full name as a registered supplier;
the name and contact details for the registered
individual sending the email.
Crown Commercial Service (CCS) will process the
email and then enable the Bidder to access the
procurement online via the e-Sourcing Suite.
The registered user will receive a notification email to
alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event.
Please note it is your responsibility to access these
emails on a regular basis to ensure you have sight of
all relevant information applicable to this opportunity.
For technical assistance on use of the e-Sourcing
Suite please contact Crown Commercial Service
(CCS) Helpdesk (Not UK SBS Ltd ): Freephone: 0345 010 3503 email: supplier@ccs.gsi.gov.uk
Training support to respond to a requirement is
available to bidders at
http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Responses must be received by the date in IV.3.4.
Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.
III.2.2)Economic and financial ability
the Public Contracts Regulations 2015, for
procurement values that exceed Regulation 5
(Threshold amounts)
The sourcing documents can be accessed at:
https://gpsesourcing.cabinetoffice.gov.uk using the
instructions detailed in III.2.1.
Minimum level(s) of standards possibly required: All submissions will be assessed in accordance with
the Public Contracts Regulations 2015, for
procurement values that exceed Regulation 5
(Threshold amounts)
The sourcing documents can be accessed using the
instructions detailed in III.2.1
Project specific requirements
The Contracting Authority requires all interested
parties to sign a Non Disclosure Agreement prior to
being able to access the sourcing documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 19.1.2017 – 14:00
Place:
Electronically, via web-based portal
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(i) not to award any contract as a result of the
procurement process commenced by publication of
this notice; and (ii) to make whatever changes it may
see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by any Supplier.
If the Contracting Authority decides to enter into a
Contract with the successful supplier, this does not
mean that there is any guarantee of subsequent
contracts being awarded.
Any expenditure, work or effort undertaken prior to
contract award is accordingly a matter solely for the
commercial judgement of Bidders.
VI.4.1)Body responsible for appeal procedures
UK Shared Business Services
North Star House, North Star Avenue
SN2 1FF Swindon
United Kingdom
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
UK Shared Business Services Ltd
North Star House, North Star Avenue
SN2 1FF Swindon
United Kingdom
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5)Date of dispatch of this notice:
Related Posts
Helicopter Services for Aerial Surveillance – Forestry Commission
Pilot and Aircraft Services for the RAF Falcons Parachute Display Team
Supply of Helicopter Services to Forestry Commission
Typhoon Future Synthetic Training Contract