Supply Maintenance Personnel for Maintenance of Lynx AH Helicopter
Provision of maintenance personnel to maintain the Lynx AH Helicopter – Lynx IBES (In Barracks Equipment Support).
United Kingdom-Andover: Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
2013/S 175-302424
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
DE&S Commercial, C&C
Zone 8, Ramillies Bldg, Marlborough Lines
For the attention of: Paul Kingman
SP11 8HT Andover
UNITED KINGDOM
Telephone: +44 1264381433
E-mail: paul.kingman472@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 UKE2
The potential contractor will be expected to provide the resources to deliver the required 16,833 (estimated) man-hours, however there is the potential for the man-hours to increase or decrease dependant on demand.
The Technicians will be required to conduct aircraft maintenance tasks, including bespoke packages of technical work, aircraft cleaning and manpower substitution tasks. Personnel provided to the Authority must be of, Supervisor grade and be trained in the Lynx AH Mk7 and Mk9a Aircraft (Mechanical) or Lynx AH Mk7 and Mk9a Avionics trade and be able to demonstrate that they are Suitably Qualified Experienced Personnel (SQEP). All Supervisors must have a practical working knowledge of military Work Recording and Asset Management Information Systems, Ideally GOLDesp.
The potential contractor will be required to provide all of their personnel with appropriate Personal Protective Equipment (PPE), including (but not limited to) overalls, safety boots, waterproofs etc.
Personnel may be required to undertake shift work patterns at relatively short notice. All tasks are required to be carried out in accordance with Military Air Regulations, aircraft documentation, risk assessments and health and safety regulations, with flight safety paramount at all times.
The potential contractor will be responsible for reporting output to the MOD.
The proposed contract may be extended at the sole discretion of the Authority for a period of up to a maximum of 12 months. The Authority reserves the right to determine how many months may be taken up.
50200000
Description of these options: The proposed contract may be extended at the sole discretion of the Authority for a period of up to a maximum of 12 months. The Authority reserves the right to determine how many months may be taken up.
Section III: Legal, economic, financial and technical information
Description of particular conditions: To be contained within the ITT
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.
(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) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities.
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years.
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Reference to the relevant law, regulation or administrative provision: Personnel provided to the Authority must be of, Supervisor grade and be trained in the Lynx AH Mk7 and Mk9a Aircraft (Mechanical) or Lynx AH Mk7 and Mk9a Avionics trade and be able to demonstrate that they are Suitably Qualified Experienced Personnel (SQEP).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The Authority intends to conduct a Pre Qualifying Questionnaire (PQQ) of which a maximum of 6 company’s will be taken forward to ITT stage. Details of the down selection will be contained within the PQQ documentation.
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-201396-DCB-5097133
DE&S Commercial, C&C
Zone 8, Ramillies Bldg, Marlborough Lines
SP11 8HT Andover
UNITED KINGDOM
E-mail: DES-Comrcl-CC-ArmyHQ-Proc1a-C2@mod.uk
Telephone: +44 1264381433
Body responsible for mediation procedures
DE&S Commercial, C&C
Zone 8, Ramillies Bldg, Marlborough Lines
SP11 8HT Andover
UNITED KINGDOM
E-mail: DES-Comrcl-CC-ArmyHQ-Proc1a-C2@mod.uk
Telephone: +44 1264381433
DE&S Commercial, C&C
VI.5)Date of dispatch of this notice:6.9.2013
United Kingdom-Andover: Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
2013/S 175-302424
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
DE&S Commercial, C&C
Zone 8, Ramillies Bldg, Marlborough Lines
For the attention of: Paul Kingman
SP11 8HT Andover
UNITED KINGDOM
Telephone: +44 1264381433
E-mail: paul.kingman472@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 UKE2
The potential contractor will be expected to provide the resources to deliver the required 16,833 (estimated) man-hours, however there is the potential for the man-hours to increase or decrease dependant on demand.
The Technicians will be required to conduct aircraft maintenance tasks, including bespoke packages of technical work, aircraft cleaning and manpower substitution tasks. Personnel provided to the Authority must be of, Supervisor grade and be trained in the Lynx AH Mk7 and Mk9a Aircraft (Mechanical) or Lynx AH Mk7 and Mk9a Avionics trade and be able to demonstrate that they are Suitably Qualified Experienced Personnel (SQEP). All Supervisors must have a practical working knowledge of military Work Recording and Asset Management Information Systems, Ideally GOLDesp.
The potential contractor will be required to provide all of their personnel with appropriate Personal Protective Equipment (PPE), including (but not limited to) overalls, safety boots, waterproofs etc.
Personnel may be required to undertake shift work patterns at relatively short notice. All tasks are required to be carried out in accordance with Military Air Regulations, aircraft documentation, risk assessments and health and safety regulations, with flight safety paramount at all times.
The potential contractor will be responsible for reporting output to the MOD.
The proposed contract may be extended at the sole discretion of the Authority for a period of up to a maximum of 12 months. The Authority reserves the right to determine how many months may be taken up.
50200000
Description of these options: The proposed contract may be extended at the sole discretion of the Authority for a period of up to a maximum of 12 months. The Authority reserves the right to determine how many months may be taken up.
Section III: Legal, economic, financial and technical information
Description of particular conditions: To be contained within the ITT
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.
(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) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities.
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years.
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Reference to the relevant law, regulation or administrative provision: Personnel provided to the Authority must be of, Supervisor grade and be trained in the Lynx AH Mk7 and Mk9a Aircraft (Mechanical) or Lynx AH Mk7 and Mk9a Avionics trade and be able to demonstrate that they are Suitably Qualified Experienced Personnel (SQEP).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The Authority intends to conduct a Pre Qualifying Questionnaire (PQQ) of which a maximum of 6 company’s will be taken forward to ITT stage. Details of the down selection will be contained within the PQQ documentation.
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-201396-DCB-5097133
DE&S Commercial, C&C
Zone 8, Ramillies Bldg, Marlborough Lines
SP11 8HT Andover
UNITED KINGDOM
E-mail: DES-Comrcl-CC-ArmyHQ-Proc1a-C2@mod.uk
Telephone: +44 1264381433
Body responsible for mediation procedures
DE&S Commercial, C&C
Zone 8, Ramillies Bldg, Marlborough Lines
SP11 8HT Andover
UNITED KINGDOM
E-mail: DES-Comrcl-CC-ArmyHQ-Proc1a-C2@mod.uk
Telephone: +44 1264381433
DE&S Commercial, C&C
VI.5)Date of dispatch of this notice:6.9.2013