Chinook engine support arrangement
Chinook Project Team, Defence Equipment and Support. UK-Yeovilton: repair and maintenance services of aircraft engines
2012/S 64-104571
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
Chinook Project Team, DE&S
Room 101, Gazelle House
Contact point(s): Sarah Mitchell
BA22 8HJ Yeovilton
UNITED KINGDOM
Telephone: +44 1935453697
E-mail: deshe-comrcl1@mod.uk
Fax: +44 1935453658
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)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
1. This is a revision to the Contract Notice published in the OJEU (2011/S 62-101005) on 25.3.2011. Please note the move from the “restricted procedure” under the Public Procurement Procedures 2006 to the competitive “negotiated procedure” under the Defence and Security Public Contracts Regulations (DSCPR) 2011.
2. The Ministry of Defence (MOD) defence equipment & support (DE&S) Chinook project team (CHPT) has a requirement for the provision of a prime Contracting Activity to support the 55-L-714A Chinook helicopter engine, including accessories, fitted to all marks of Chinook Aircraft. The MOD does not hold design rights for this engine.
3. The support requirement is for a prime Contracting Activity for up to 12 years in duration to provide an asset availability service for engines and accessories to meet the front line commands annual flying hours. The service shall include but not be limited to:
a) Engine, accessories and spares availability;
b) Depth repair and overhaul (including test);
c) Post design service (PDS); for all engines supported from the Chinook main operating base, at RAF Odiham, UK. Potential subcontractors interested in bidding for this work are encouraged to contact tenderers selected to receive any ITN in the role of prime. These shall be published in a subsequent OJEU advert when any ITN is issued.
4. This requirement will only be considered as a whole and, the Authority invites proposals from tenderers who may offer all of the above services in a potential asset availability Service or another compliant, innovative, cost-efficient solution.
5. This requirement has international traffic in arms regulations (ITAR) implications and any selected contractor should be in a position to comply with these regulations at the contract start date.
6. This contract will be awarded and maintained under english law.
7. Tenderers shall comply with the following quality assurance and defence standard (Defstan) publications:
a) AQAP 2110 Edn 1 (NATO quality assurance requirements for design, development and production);
b) Defstan 05-130 part 1 Issue 2 (maintenance approved organisation scheme (MAOS) Military Regulations Part 145: maintenance organisations);
c) Defstan 05-123, part 1, Section 1, Issue 2 (design approved organisations scheme (DAOS).
8. Potential tenderers may be required to demonstrate their credentials and experience within a pre qualification questionnaire (PQQ) before being invited to tender. Only suppliers who are successful at the PQQ stage will be issued with the ITN. Those tenderers who have already completed PQQs as part of the March 2011 OJEU notice will be required to confirm their previous completed PQQ is still extant.
50211210
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
Section III: Legal, economic, financial and technical information
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 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 http://project.contracts.mod.uk/businessExchange/project/reasonsForExclusion.html#dspr.
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.
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.
Section IV: Procedure
Notice on a buyer profile
Notice number in the OJEU: 2011/S 62-101005 of 25.3.2011
Section VI: Complementary information
Suppliers interested in working with the Ministry of Defence should register on the MOD supplier information database (SID) register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK defence procurement personnel, and is the main supplier database of MOD procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
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-2012328-DCB-3815793.
I.1) Name, addresses and contact point(s):
E-mail: deshe-comrcl1@mod.uk (deschinook-ComrclOffr4 as 1 Apr).
Chinook Project Team, DE&S
Room 101 Gazelle House
BA22 8HJ Yeovilton
UNITED KINGDOM
Body responsible for mediation procedures
Chinook Project Team, DE&S
Chinook Project Team, DE&S
VI.5)Date of dispatch of this notice:28.3.2012