Repair and Maintenance of Aircraft for MOD
Support Solution for the provision of engineering support of Aircraft Arrestor Systems.
United Kingdom-Bristol: Repair, maintenance and associated services related to aircraft and other equipment
2014/S 188-332633
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Air Support
Air Commodities Team, Walnut 3c #1335, MOD Abbey Wood South
Contact point(s): desas-accomm3a@mod.uk
For the attention of: Reuben Treasure
BS348JH Bristol
UNITED KINGDOM
Telephone: +44 3067985641
E-mail: desas-accomm3a@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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities/entities
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 UKK11
II.1.5)Short description of the contract or purchase(s):
The UK MOD currently utilises a fleet of 18 Air Transportable deployable Portable Aircraft Arresting Gear (PAAG) P-IV/BAK-12 and 30 installed Rotary Hydraulic Arrestor Gear (RHAG Mk1) Model 44B-3A Water Twister Energy Absorption systems from Engineered Arresting Systems Corporation (ESCO) as the Original Equipment Manufacture and 27 Safeland P6 Brake Stanchion Barrier systems from AERAZUR. Zodiac Aerospace is the Parent company of ESCO and AERAZUR.
These systems fulfil the subject capability for MOD Main Operating Bases (MOB), Permanent Joint Operating Bases (PJOB) and overseas Deployed Operating Bases (DOB) which operate Fixed Wing Training and Fast Jet military aircraft.
A spares inclusive availability based support contract is required for 10 years to provide engineering support including but not limited to;
refurbishment & repair of major assemblies,
Post Design Services,
Demand Order Spares of Barrier nets,
RHAG & PAAG tapes,
Pendant cable assemblies.
The Authority has split this requirement into lots; a potential contractor may bid for either 1 lot, or both.
Lot 1: RMAG / PAAG
Lot 2: Barrier
The authority has a number of uninstalled RHAG Energy Absorption Units & Edge Sheaves and P6 Brake assemblies to support the installed fleet refurbishment programme which may be provided as government furnished equipment.
A potential contractor will need to obtain a Technical Support and Assistance Agreement license prior to Contract Award from Zodiac Aerospace as they are Original Equipment Manufacturer.
Contact Details
Zodiac Aerospace (ESCO UK Representative)
Email: ir.barnicoat@btinternet.com
II.1.6)Common procurement vocabulary (CPV)
50210000, 60444000
II.1.7)Information about subcontracting
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Air Commodities Team has a requirement to procure a Support Solution for the provision of engineering support of Aircraft Arrestor Systems in use across the UK and Overseas at military air bases.
The UK MOD currently utilises a fleet of 18 Air Transportable deployable Portable Aircraft Arresting Gear (PAAG) P-IV/BAK-12 and 30 installed Rotary Hydraulic Arrestor Gear (RHAG Mk1) Model 44B-3A Water Twister Energy Absorption systems from Engineered Arresting Systems Corporation (ESCO) as the Original Equipment Manufacturer and 27 Safeland P6 Brake Stanchion Barrier systems from AERAZUR. Zodiac Aerospace is the Parent company of ESCO and AERAZUR.
These systems fulfil the subject capability for MOD Main Operating Bases (MOB), Permanent Joint Operating Bases (PJOB) and overseas Deployed Operating Bases (DOB) which operate Fixed Wing Training and Fast Jet military aircraft.
A spares inclusive availability based support contract is required over 10 years (initial 5 year contract, with an option for an additional 5 years) to provide engineering support including but not limited to;
Refurbishment & repair of major assemblies,
Post Design Services,
Demand Order Spares of Barrier nets,
Demand Order Spares of RHAG & PAAG tapes,
Demand Order Spares of Pendant cable assemblies.
The Authority has split this requirement into lots; a potential contractor may bid for either 1 lot, or both.
Lot 1: RHAG / PAAG
Lot 2: Aircraft Arrestor Barrier – P6 break
The authority has a number of uninstalled RHAG Energy Absorption Units & Edge Sheaves and P6 Brake assemblies to support the installed fleet refurbishment programme which may be provided as government furnished equipment.
Any potential contractor will need to obtain a Technical Support and Assistance Agreement license from Zodiac Aerospace as they are the parent company of both Original Equipment Manufacturers prior to Contract Award.
Tenderers will need to confirm the status of obtaining the a Technical Support and Assistance Agreement license from Zodiac Aerospace at Tender Return
Contact Details
Zodiac Aerospace (ESCO UK Representative)
Email: ian.barnicoat@btinternet.com
Estimated value excluding VAT: 18 000 000 GBP
II.2.2)Information about options
Description of these options: Options 1. procurement of, off the shelf RHAG Mk3 upgrade kits.
Options 2.Additional 5 years service.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: RHAG/PAAG
1)Short description
2)Common procurement vocabulary (CPV)
50210000, 60444000
3)Quantity or scope
refurbishment and repair of major assemblies,
Post Design Services,
RHAG & PAAG tapes,
Spares
Estimated value excluding VAT: 12 000 000 GBP
Lot No: 2Lot title: Aircraft Arrestor Barrier — P6 break
1)Short description
2)Common procurement vocabulary (CPV)
50210000, 60444000
3)Quantity or scope
refurbishment & repair of major assemblies,
Post Design Services,
Demand Order Spares of Barrier nets,
Spares
Estimated value excluding VAT: 6 000 000 GBP
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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 to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
Description of particular conditions: Electronic Trading.
Potential suppliers must not the mandatory requirement for electronic trading using the Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commercer service, which shall be a special condition for the performance of this Contract. The Contractor shall be required to sign DEFFORM 30 (electronic transaction agreements) and unconditionally accept DEFCON 5j (unique identifiers), DEFCON 129J (the use of electronic business delivery form) and DEFCON 522J (Payment under P2P)
III.2.1)Personal situation
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.
III.2.2)Economic and financial ability
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 PQQ requests at least two years audited accounts (if available) or equivalent information to identify any significant financial trends.
Minimum level(s) of standards possibly required: The estimated annual contract value is 1 200 000 GBP. If the estimated annual contract value is greater than 40 % of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability:
(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
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
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available atwww.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.
From 2 April 2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk web site provides information on the new GSC.
https://www.gov.uk/government/publications/government-security-classifications
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise.
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
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing user-name and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 4TTE25HHFV.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Help-desk by e-mailing support@contracts.mod.uk or Telephone +44 8452707099.
GO Reference: GO-2014926-DCB-6041778
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Air Support
Body responsible for mediation procedures
Ministry of Defence, Air Support
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Air Support
VI.5)Date of dispatch of this notice: