Gazelle Future Support
As part of the Gazelle Capability Sustainment Programme, Gazelle Platform Through Life Support is required to ensure the continuity of best value, effective and appropriate support.
UK-Bristol: Helicopters
2013/S 087-148389
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
Puma & Gazelle Project Team, DE&S
Yew 0A, Mailpoint # 1037, Neighbourhood 1, MoD Abbeywood
For the attention of: Alan Pippett
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067982406
E-mail: alan.pippett132@mod.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)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKJ3
Duration of the framework agreement
Duration in months: 51
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 4 400 000 GBP
The current Gazelle Platform Through Life Support contract is due to expire on 31/12/13. A replacement for the Gazelle Platform Through Life Support contract is required to commence on 1/1/14 and continue until the Gazelle Out of Service Date (currently expected to be 31/3/18). Expressions of Interest in this requirement are sought from industry.
This requirement will involve the successful Contractor in having a commercial relationship with Eurocopter (France) the Gazelle Design Organisation. In addition the requirement will involve compliance with appropriate Military Aviation Authority regulations.
The Gazelle Platform Through Life Support requirement includes the provision of:
A Management Service; Supply of Gazelle spares (less Engine replacement units and components); The Repair & Overhaul of parts (less Engine replacement units and components); Provision of Obsolescence management (less Engine replacement units and components); Undertaking Fault investigation (less Engine replacement units and components); Provision of Technical assistance on request (less Engine replacement units and components); Provision of Post Design Services; Undertaking Technical Publication updates (less Engine Publications); The provision of Illustrated Parts Catalogue updates (less Engine Publications); Transportation of parts (less Engine replacement units and components) and undertaking of Additional Tasking (i.e. emergent work not covered elsewhere).
The Authority invites expressions of Interest from suppliers to meet the above requirement. All suppliers expressing an interest will be issued with a Pre Qualification Questionnaire (PQQ). This will be used to downselect to those suppliers invited to tender. The PQQ Part 1 identifies a number of pass / fail criteria including Economic and Financial standing which all suppliers will be required to pass. Suppliers passing the PQQ Part 1 evaluation will be downselected if necessary to a maximum of 6 bidders using a scored evaluation (to be detailed in the PQQ) of the criteria that are listed below. Some of these criteria will require prospective bidders to demonstrate a minimum acceptable level of technical ability and perfomance.
The PQQ evaluation criteria are: Quality Assurrance; Capability; Capacity; Safety (Including Maintenance Approved Organisation Scheme (MAOS) and Design Approved Organisation Scheme (DAOS)); Sustainability (Environmental Performance).
34711500, 34731700, 50212000, 35641000, 35642000, 79421000
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
Description of these options: An option is required to extend the contract by 1 year to support the Gazelle Aircraft should it not be taken out of service on 31/03/2018.
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://www.contracts.mod.uk/delta/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.
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance
(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.
As part of the Pre Qualification Questinnnaire the Authority will require the last 3 years certified audited accounts in statutory form, profit and loss account and balance sheet.
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
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;
(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where – (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided
(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;
(f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator’s study and research facilities and quality control measures;
(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator’s educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator’s managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under 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;
(n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification;
(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).
This will be fully defined in the Pre Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As defined in section II.1.5) in PQQ evaluation criteria.
Section VI: Complementary 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, and the contract will be awarded on the basis of the most economically advantageous tender.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-201351-DCB-4772293
Puma & Gazelle Project Team, DE&S
Yew 0A, Mailpoint # 1037, Neighbourhood 1, MoD Abbeywood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: alan.pippett132@mod.uk
Telephone: +44 3067982406
Body responsible for mediation procedures
Puma & Gazelle Project Team, DE&S
VI.5)Date of dispatch of this notice:1.5.2013