The systems will be used to assist the Air Accidents Investigations Branch (AAIB) in the underwater searching and localisation of aircraft flight recorders following a crash in water.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
DFT
Group Procurement Division, Zone D/06 Ashdown House, Sedlescombe Road North
TN37 7GA Hastings
UNITED KINGDOM
Telephone: +44 2079448482
E-mail: ian.richardson@dft.gsi.gov.uk
Fax: +44 2079448440
Internet address(es):
General address of the contracting authority: www.dft.gov.uk
Electronic access to information: http://tenders.dft.gov.uk/ppro-04-23-19/index.html
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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Other: Transport
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Towed Flight Recorder Underwater Locator Beacon System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 8: Research and development services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Sonars. Flight recorders. The Department for Transport (DfT) is seeking to award a contract for the provision of two towed flight recorder underwater locator beacon detection systems, consisting of an Acquisition and Recording system and a Signal Processing system. The systems will be used to assist the Air Accidents Investigations Branch (AAIB) in the underwater searching and localisation of aircraft flight recorders following a crash in water.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The AAIB requires a new towed detection system that is intended to replace the current AAIB system. Improved performance, reliability, ease of maintenance and access to spare parts, portability and ease of deployment are all essential requirements of the new system for it to be of use in the challenging task of searching for Underwater Locator Beacons in the harsh offshore environment. The supplier is to deliver the services for a 12 month period with an option for a 12 month extension.
Estimated value excluding VAT: 200 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by the Agent if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Tenders are to be priced in GBP and payment will only be made in GBP.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The group will be required to nominate a lead partner with whom the Authority can contract, or form themselves into a single legal entity before the contract is awarded.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to Invitation to Tender Documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to Invitation to Tender Documents.
Minimum level(s) of standards possibly required: Please refer to Invitation to Tender Documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to Invitation to Tender Documents.
Minimum level(s) of standards possibly required:
Please refer to Invitation to Tender Documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PPRO 04/23/19
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 8.7.2015 – 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.7.2015 – 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 9.7.2015 – 11:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional 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. Potential tenderers are required to download the Invitation to Tender (ITT) documentation via the following linkhttp://tenders.dft.gov.uk/ppro-04-23-19/index.html in time to allow bids to be returned by 11:00 on 9.7.2015. A bidder’s day is scheduled to take place on 4.6.2015 please refer to the ITT documents for further information.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=144478829
GO Reference: GO-2015520-PRO-6615722.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The DfT will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the DfT as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.5.2015