By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

UK Search and Rescue Helicopter Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Department for Transport (DfT)
Commercial and Technical Services, 4/21 Great Minster House, 33 Horseferry Road
Contact point(s): Commerical and Technical Services
For the attention of: Mr Ian Brown
SW1P 4DR London
UNITED KINGDOM
Telephone: +44 2079442800
E-mail:

Internet address(es):

General address of the contracting authority: http://www.dft.gov.uk/publications/uk-sar-helicopter-services

Address of the buyer profile: www.dft.gov.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
Other: Transport
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:
UK Search and Rescue Helicopter Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 3: Air transport services of passengers and freight, except transport of mail

NUTS code UK

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)
Search and rescue helicopters. Air-rescue services. Air-sea rescue services. Rescue services. Hire of helicopters with crew. Pilot services. Rescue and emergency equipment. Rescue-service station construction work. The contract will be for the provision of the ‘UK SAR helicopter services’ on behalf of the Maritime and Coastguard Agency (MCA) to cover UK search and rescue region covered by the current helicopter rescue capability. This service will require an all-weather SAR helicopter service able to operate throughout the UK and in the maritime environment. The helicopter service must be responsive, able to search a wide area of interest, locate and recover personnel and stabilize casualties from all risk areas including mountainous terrain and the maritime environment. The helicopter service is currently based at: Sumburgh; Stornoway; Culdrose; Wattisham; Valley; Boulmer; Portland; Lee-on-the Solent; Chivenor: Leconfield; Lossiemouth; and Prestwick. The service currently operates 365 days a year on a 24hr basis (apart from Portland which operates on a 12hr basis (daytime operation)). Service delivery shall continue at or in the vicinity of all bases with the exception of Boulmer and Portland where SAR operations will cease on the introduction of the new contract.
II.1.6)Common procurement vocabulary (CPV)

35612500, 60443000, 60443100, 75252000, 60424120, 60444100, 35112000, 45216127

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: yes
Tenders may be submitted for one or more lots
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:
Parties will be required to submit bids as stated above in paragraph II.1.5. Potential bidders who have been successfully selected to go forward to the dialogue stage will be offered a number of options to tender. Bidders will be requested to indicate which combination of the following options they are interested in. They can supply up to a maximum of three bids; a limit of one proposal per option for the following: Lot 1) A bid which delivers the service at, or in the vicinity of, Sumburgh, Stornoway, Culdrose, Leconfield and Valley with a minimum rescue capacity per aircraft of 8 casualties/survivors (2 of which are capable of being stretchered) and a minimum radius of action of 200nm (250nm at Stornoway); Lot 2) A bid which delivers the service at, or in the vicinity of Lee-on-the-Solent, Chivenor, Prestwick, Lossiemouth and Wattisham with a minimum rescue capacity per aircraft of 4 casualties/survivors (2 of which are capable of being stretchered) and a minimum radius of action of 170nm; and Lot 3) A combined bid which delivers the service requirements of both Lot 1 and Lot 2.
The total estimated value of the combined options (i.e Lot 1 and Lot 2 together) is between [2000m and 3100m GBP]. The total contract duration for Lot 1 will be for a maximum of approximately 13 years, with a operational delivery phase at each base of up to 10 years, with an option to extend at each base for up to a further 24 months. The total contract duration for Lot 2 will be for a maximum of approximately 11 years, with a operational delivery phase at each base of up to 8 years, with an option to extend at each base for up to a further 24 months. Payment will be triggered once the SAR service enters the operational delivery phase, this is expected to start after the implementation phase, which could last up to two years.
Estimated value excluding VAT: Range between: 2 000 000 000 and 3 000 000 000 GBP.
Estimated value excluding VAT:
Range: between 2 000 000 000 and 3 100 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 156 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Larger minimum capacity requirement bases option
1)Short description
A bid which delivers the service at or in the vicinity of: Stornoway, Sumburgh, Culdrose; Leconfield; Valley. Estimated value excluding VAT: Range between: 1 200 000 000 and 1 800 000 000 GBP.
2)Common procurement vocabulary (CPV)

35612500, 60443000, 60443100, 75252000, 60424120, 60444100, 35112000, 45216127

3)Quantity or scope
See PQQ.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Smaller minimum capacity requirement bases option
1)Short description
A bid which delivers the service at or in the vicinity of: Lee-on-the-Solent; Chivenor; Wattisham; Lossiemouth; Prestwick. Estimated value excluding VAT: Range between: 800 000 000 and 1 300 000 000 GBP.
2)Common procurement vocabulary (CPV)

35612500, 60443000, 60443100, 75252000, 60424120, 60444100, 35112000, 45216127

3)Quantity or scope
See PQQ.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Combined larger and smaller minimum capacity requirements at or in the Vicinity of all specified bases
1)Short description
A bid which delivers the service at or in the vicinity of all the bases specified in both Lot 1 and Lot 2. Estimated value excluding VAT: Range between: 2 000 000 000 and 3 100 000 000 GBP.
2)Common procurement vocabulary (CPV)

35612500, 60443000, 60443100, 75252000, 60424120, 60444100, 35112000, 45216127

3)Quantity or scope
See PQQ.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Applicants invited to proceed to the dialogue stage will be advised in the contract documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Bids are to be priced in sterling and payment will be made in sterling.
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: (a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.51972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Full details are in the Pre-Qualification Questionnaire (PQQ). Applicants should provide a complete PQQ in accordance with V1.3 below. Applicants are requested to supply: 1. The most recent audited accounts that cover the last two years of trading and details of any material changes in the business, corporate structure or financial standing of the candidate since the date of the last set of audited accounts or likely to take effect within the next 12 months. or for the period that is available if trading for less than two years; 2. A statement of the organisation's turnover, profit & loss and cash flow position for the most recent full year of trading (or part year if full year not applicable) and an end period balance sheet, where this information is not available in an audited form at (1); 3. Where (2) cannot be provided, a statement of the organisation's cash flow forecast for the current year and a bank letter outlining the current cash and credit facility position; 4. Statement of the overall turnover of the business of the candidate and the turnover relating specifically to procurement of major service programme and or helicopter service delivery for the previous three financial years. 5. Identification of any existing financial commitments or liabilities which could impact adversely on the candidate's ability to meet this contract's requirements 6.Evidence of insurances and indemnities. In the case of a consortium candidate, equivalent details for (1) to (6) above should be provided for each member of the consortium. If applicable, the above financial information (1, 2, 3) must also be provided in respect of the organisation's ultimate parent company. Financial capacity will have a maximum score of 25 % of total marks in the selection process. The following areas will be assessed for financial capacity and scores will be allocated to each of the following elements: - turnover,- acid test ratio,- current ratio,- capital gearing ratio,- propriety ratio. Parent company guarantees may be requested from the ultimate parent company in those circumstances where there are concerns over the contracting entity having the financial viability and or capacity to successfully deliver the contract, and or the contracting entity has a low net worth. Performance bonds will be required where there is no ultimate parent company to provide a suitable guarantee. Full details relating to economic and financial capacity is in the PQQ. Applicants should provide a completed Pre-Qualification Questionnaire (PQQ) in accordance with Vl.3 below.
Minimum level(s) of standards possibly required: Please refer to PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Full details are in the PQQ. Applicants should provide a completed PQQ in accordance with Vl.3 below. Technical and professional ability will have a maximum score of 75 % of total marks in the selection process. The full range of areas are shown in the PQQ.
Minimum level(s) of standards possibly required:
Please refer to PQQ.
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
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: Envisaged minimum number for Invitation to Submit Outline Solution (ISOS): 3 and maximum number: 5 per option.
Envisaged minimum number for final Invitation To Tender (ITT): 2 and a maximum of 3 per option.
The pass mark for being Invited to Submit Outline Solutions (ISOS) will depend on the quality of the responses received. Once all responses have been marked, the highest-scoring companies on technical and financial capacity that meet our published number of organisations to receive an Invited to Submit an Outline Solution (ISOS), who have passed the personal conduct area of consideration will be Invited to Submit an Outline Solution. Those organisations that fail on personal conduct will not qualify to receive an ISOS.
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:
NRP10045
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: 16.12.2011 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.1.2012 - 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

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.

The UK SAR helicopter services competition seeks to replace the SAR helicopter capability currently provided by the Royal Air Force, Royal Navy, and the MCA. The MOD and the MCA currently together provide a 24 hour SAR service for the UK SAR region from 12 bases around the UK. Please note: organisations wishing to apply to bid should go to the following location on the DfT Website: http://www.dft.gov.uk/publications/uk-sar-helicopter-services; where the PQQ, PQQ evaluation document, Contract Letting Process Agreement and PQQ CQ template are available for download. Please could you notify Ian Brown at when you have downloaded these documents of your interest to bid. All questions relating to the competition must be addressed in the first instance to Ian Brown at email: Further information on the requirement can be found in the "Review of search and rescue (SAR) Helicopter Provision and Coverage Criteria Report - June 2001” and the 2006 update. This is available on the MCA website at the following link http://www.dft.gov.uk/mca/mcga07-home/emergencyresponse/mcga-searchandrescue/mcga-theroleofhmcoasguard/dops_-_sar_helo_harmonisation.htm.

The authority expressly reserves the following rights:
(1) Not to award any contract as a result of the procurement process commenced by the publication of this notice;
(2) In no circumstances will the authority be liable for any costs incurred by the candidates;
(3)The contracting authority reserves the right to require any candidate to clarify in writing any information provided in its submission and/or provide additional information (and failure to respond adequately may result in the candidate being disqualified);
(4) The contracting authority reserves the right to disqualify immediately any candidate who submits misleading or incomplete information.
For the avoidance of doubt, interested parties must submit their PQQ and the information set out in Section III.2 "conditions of participation" at the same time. The deadline for PQQ is as set in Section IV.3.4. The contracting authority is procuring this contract on the basis of the competitive dialogue procedure. However, in providing a PQQ interested parties must be aware that, in line with the principle of transparency, the contracting authority's strong preference is to limit dialogue to the minimum necessary and reserves the right to limit the topics that are open for dialogue. Any matters that are non-negotiable will be identified in the documentation that is issued to short-listed bidders. Outline proposals and tenders and all supporting documentation must be priced in pounds sterling. Any resulting contract will be considered a contract made in England according to English law. Compliance with all relevant legislation, including but not limited to environmental and safety regulations, is required both in the contract award procedure and during the term of any resultant contract. The Secretary of State possesses certain information relating to the UK SAR Helicopter Services contract, which is of a confidential nature. Applicants will require access to such information for the purpose of formulating a letting proposal and participating in dialogue, if selected to participate in dialogue with the Secretary of State for the letting of the contract. It is a condition of participating in the competition for the contract that applicants complete a contract process letting agreement and return this with their pre-qualification questionnaire. Applicants should note that transparency requirements will be a condition of the proposed contract. Those requirements will permit the contracting authority to publish the text of the contract and information contained within outline solutions and tenders, subject to possible redactions at the discretion of the contracting authority. The information contained in this notice, including the CPV codes, is neither exhaustive nor binding, and may be amended at the time of issue of any further notice or notices or at any other time at the discretion of the contracting authority. Bidders may wish to note that the successful tenderer may, in particular, acquire rights and obligations arising from the contracts of employment relating to some of those people involved with the provision of search and rescue services on the date of the transfer of that function to the successful tenderer. The Secretary of State may wish to acquire an option to use assets used by the bidder for the purposes of the contract where the bidder commits a serious default under the contract.

Suppliers should note that a Trade Day will be help at Great Minster House on Monday 5th December. Please register your interest by emailing, by 5pm on Thursday 1st December, ; to receive joining instructions. GO Reference: GO-20111128-PRO-2774436.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Department for Transport
Commercial and Technical Services, 4/21 Great Minster House, 33 Horseferry Road
SW1P 4DR London
UNITED KINGDOM
E-mail:
Telephone: +44 2079443045
Internet address: www.dft.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Department for Transport will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Any appeals against the decision should be made to the Head of Non Rail Projects, Non- Rail Projects, Commercial and Technical Services, Department for Transport, 4/21 Great Minster House, 33 Horseferry Road, London SW1P 4DR. If an appeal regarding the award of a 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 a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
28.11.2011