Independent Technical Evaluation Support for Unmanned Air Systems
An Independent Technical Evaluator (ITE) is required to assess Modification Proposals, Incident Reports, Service Bulletins and Technical Notes to provide assurance that the technical information is correct and is suitable to achieve objectives, is valid and is fit for purpose.
UK-Bristol: Technical support services
2013/S 108-185309
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
Unmanned Air Systems PT (UAS PT), DE&S
Yew 2c #1251, MOD Abbey Wood
Contact point(s): DES UAS-CM1a1
For the attention of: Helen Jefferies
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067934635
E-mail: desuas-cm1a1@mod.uk
Fax: +44 3067931910
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 26: Other services
NUTS code UK
71356300
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
Estimated value excluding VAT:
Range: between 869 716 and 45 000 000 GBP
Description of these options: Further to the advertised duration the contract may be subject to extension of each or all of the Work Packages. Detailed options will be provided at ITT stage.
Provisional timetable for recourse to these options:
in months: 18 (from the award 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://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: (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.
The Authority reserves the right to carry out a CAAS investigation.
Section IV: Procedure
Justification for the choice of accelerated procedure The Authority considers this to be a fundamental Safety Requirement in support of recognised Urgent Operational Requirements.
Objective criteria for choosing the limited number of candidates: Due to the compressed timelines to deliver, the Authority will not carry out a formal PQQ process. Companies wishing to express an interest in this requirement, in addition to the mandated information requested in “Conditions for Participation” in sections III.2.1 to III.2.2 above, MUST provide the following information as part of their formal Expression of Interest return to the Authority by 17.6.2013:
a) Three examples of recent work carried out relevant to the domain.
b) Relevant organisational accreditation such as DAOS, MAOS, AS9100, or ISO9001 with sufficient scope for the category of work. Where the size of the organisation precludes accreditation with recognised bodies potential suppliers should submit a statement on how they will manage tasks.
c) Written confirmation that all personnel who will be used during Contract have appropriate competence (Suitably Qualified and Experienced Personnel (SQEP)) using recognised relevant competence definitions (e.g. Professionally Registered in an appropriate discipline).
d) Written confirmation that work done under the Contract will be in accordance with the regulations relevant to Independent Technical Evaluation.
e) Any other information relevant to your ability to provide ITE services to the Authority.
Based on the information provided, the Authority will assess the Expressions of Interest returns against a pre-established scoring matrix and down select the field of prospective bidders to no less than 2 and no more than 6 companies who will receive an ITT. The Authority reserves the right not to consider applications from companies who fail to provide the requested information by the 17.6.2013.
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-201364-DCB-4851353.
Unmanned Air Systems PT (UAS PT), DE&S
Yew 2c #1251,, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: desuas-cm1a1@mod.uk
Telephone: +44 3067934635
Fax: +44 30679631910
Body responsible for mediation procedures
Unmanned Air Systems PT (UAS PT), DE&S
Yew 2c #1251,, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: desuas-cm1a1@mod.uk
Telephone: +44 3067934635
Fax: +44 30679631910
Unmanned Air Systems PT (UAS PT), DE&S
Yew 2c #1251,, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: desuas-cm1a1@mod.uk
Telephone: +44 3067934635
Fax: +44 3067931910