Programme GATEWAY Programme Development Partner
Following the collocation of the Air Mobility (AM) fleet at RAF Brize Norton (BZN), Programme GATEWAY has been established to develop a more efficient and effective operating model.
UK-Bristol: Technical support services
2013/S 093-158647
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Director Air Support Operating Centre, DE&S
Programme GATEWAY Programme Team, Spruce 0B #1007, Abbey Wood
Contact point(s): DE&S Programme GATEWAY Commercial
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067980890
E-mail: desascomrcl-pfbenquiries@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 27: Other services
NUTS code UKJ14
The programme vision is:
To deliver the optimum operating and support models to underpin the pre-eminent UK AM main operating base and air port of embarkation, which in turn will enable the efficient delivery of effective Rapid Global AM. It will do so in a partnering environment with industry that embraces a culture of continuous improvement, while respecting core military ethos and values.
Delivering the Programme GATEWAY outcomes is expected to, but not be limited to, improve efficiency and effectiveness through measures such as:
a. Optimising cross-fleet aircraft support arrangements.
b. Optimising the balance of outsourced activity contributing to the enterprise based operating model.
c. Creating a budgetary environment that overcomes the constraints of multiple TLBs.
d. Inculcating a culture of continuous improvement.
e. Optimising processes to improve speed of delivery and reduce operating costs.
f. Optimising AM tasking and fleet management.
The Authority is seeking to appoint a Programme Development Partner (PDP) to support the development of an EOM for BZN. The PDP will support the Authority in achieving the desired programme outcomes in a manner that achieves the Programme GATEWAY vision whilst de-risking the transition to the new operating model.
The PDP will be required to work with the Authority as part of an integrated Authority led programme team under which the Authority will be responsible for providing direction and guidance, undertaking programme assurance activities and contributing subject matter expertise in areas such as commercial, finance, service manpower, aircraft support and logistics. Accordingly, the PDP will be required to work collaboratively with the Authority in developing the future operating model together with the associated procurement and commercial strategies and business cases.
The PDP contract will initially be limited to the performance of activities relating to the completion of the Concept Phase e.g. the phase under which candidate EOM options will be identified, market analysis undertaken and concept(s) of assessment will be delivered. The contract will feature options relating to the provision of support to the assessment and delivery phases subject to the necessary internal approvals being obtained.
The PDP shall be expected to demonstrate the following:
— Evidence of successfully developing and implementing an operating model for a complex Enterprise that has realised material benefits in a service delivery context
— Evidence of the delivery and continuous improvement of an airline/ air cargo capability.
— Evidence of the delivery and continuous improvement of an airport/ aviation based logistics/transportation capability
— Evidence of successfully developing a business case and associated data for a major transformation programme
— Evidence of cost modelling and cost benefit experience, including an understanding of value for money comparators/benchmarks for public sector services
— Evidence of developing and implementing procurement and commercial strategies that incentivised the delivery of efficiency and effective improvements for a broad range of services in a delivery context and
— Evidence of successfully working with the UK MOD in a collaborative environment
To enable potential partners to better understand the scope of the Authority’s PDP requirement, the Contracting Authority has published a Programme Information Memorandum (PIM) to accompany this contract notice. The PIM can be accessed here: http://www.raf.mod.uk/rafbrizenorton/organisation/proggateway.cfm. Please contact the Authority at DESASComrcl-PFBEnquiries@mod.uk if you are unable to access the PIM at the link above.
Potential Partners will be provided with the opportunity to meet with representatives to meet with the GATEWAY Programme Team to seek clarification on the PDP requirement and the associated procurement process. Details of how to book a meeting can be found in the PIM.
The Contracting Authority intends to invite a maximum of 4 companies to the Invitation to Negotiate stage of this procurement. The e-procurement tool AWARD will be used in the evaluation of bids.
Information about subcontracting:
The Authority reserves the right under Regulation 37(4) in the DSPCR to reject any subcontractor chosen by the potential partner at any stage of the contract award procedure or during performance of the contract.
The Authority requires that the following criteria must be used by the potential partner as part of the selection of subcontractors:
1) Any criteria for the rejection of economic operators under Regulation 23 that the Authority requires the potential partner to use for the selection of subcontractors (please consider in particular Regulation 23(4)(g) in the context of any previous breaches of obligations relating to security of supply or security of information and Regulation 23(4)(f)) relating to findings of unreliability ;
2) Any minimum levels of economic and financial standing or technical and professional ability under Regulation 24 or 25 which the Authority requires the potential partner to use for the selection of subcontractors.
71356300
Description of these options: It is envisaged that the PDP contract will initially be limited to the performance of activities relating to the completion of the Concept Phase but the contract will feature options relating to the provision of support to the assessment and delivery Phases. This will be subject to the necessary internal approvals being obtained. Where practical, prices for contract options will be agreed at the outset of the Contract. Exercise of any option will be at the Authority’s sole discretion. The estimated value excluding VAT provided above includes the value for the contract options. The estimated value excluding VAT related to the performance of activities relating to the completion of the Concept Phase will be limited to 3,000,000 GBP.
Section III: Legal, economic, financial and technical information
Description of particular conditions: The contracting Authority will be looking to include an incentivisation mechanism in the PDP contract that will encourage effective collaborative working, the acceleration of the realisation of benefits and the achievement of programme objectives. Accordingly, the Invitation to Negotiate (ITN) will seek incentivisation proposals from tenderers that address the aforementioned.
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. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
Objective criteria for choosing the limited number of candidates: A PQQ shall be used to down- select bidders.
Section VI: Complementary information
Transfer of undertakings (Protection of Employment) (TUPE) implications may apply to this procurement.
This notice is pursuant to procurement under Directive 2009/81/EC that has been transposed in the UK as the DSPCR.
Potential Partners should note that:
— in accordance with the UK Government’s policies on transparency, the Authority intends to publish the ITN document, and the text of any contract awarded, subject to possible redactions at the sole discretion of the Authority,
— any Potential Partners personnel employed in the PDP role will be required hold a security clearance under the Government vetting scheme to a minimum of security cleared (SC) level and must sign a non disclosure agreement before they can be engaged in the role. Any Potential Partners personnel required to work on activities classified as secret under this contract will need to hold a developed vetting clearance,
— Potential Partners will be required to comply with a range of defence security requirements that will be set-out in a Security Aspects Letter (SAL). The SAL will be available as part of the ITN information.
A potential Conflict of Interest (COI) may arise where the PDP’s involvement in any future competitions held concerning the delivery phase could compromise the objective of holding a fair competition in accordance with the Authority’s obligations under the Treaty on the Functioning of Europe and Regulation 5(2) of the DSPCR. The Authority will reserve the right at its sole discretion to exclude the selected PDP supplier from future involvement in any delivery phase competition if they are unable to demonstrate to the Authority’s complete satisfaction that appropriate measures could be implemented to address COI and support fair and open competition
All conditions, requirements and questions relating to Section III regarding the Legal, economic, financial and technical information of this notice will be covered in the PQQ. A PQQ will be sent to suppliers who express an interest to this requirement.
Suppliers wishing to express an interest in this requirement are required to provide their full company name, email address & contact details by email to DESASComrcl-PFBEnquiries@mod.uk by 13 June 2013. The Programme GATEWAY programme team will then issue the PQQ to the email address supplied within the EOI. You are advised to request acknowledgement of receipt of your EOI as late applications will not be considered.
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-2012822-DCB-4176779. GO Reference: GO-2013513-DCB-4800437
Director Air Support Operating Centre, DE&S
VI.5)Date of dispatch of this notice:13.5.2013