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

CS4D/1502 - Provision of Services to Joint Services Parachute Centre (Netheravon).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

ARTD IPT, C&C;
Room 4A, Portacabin 8A, HQ ARTD, Trenchard Lines
Contact point(s): ARTD IPT Commercial team
For the attention of: Mr Adrian cooper
SN9 6BE Upavon
UNITED KINGDOM
Telephone: +44 1980618106
E-mail:
Fax: +44 1980615305

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
Defence
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:
CS4D/1502 - Provision of Services to Joint Services Parachute Centre (Netheravon).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

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)
Aircraft-operation services. The Authority has a requirement for the provision of aviation services (comprising aircraft and pilot), parachute rigging and freefall parachute instructional services to support the Authority’s Joint Service Adventurous Training (JSAT) Parachuting activities, as conducted by the Joint Service Parachute Centre at Netheravon (JSPC(N)) in Wiltshire, UK.
The required services include:
a. Provision of an aviation service, comprising the availability of a fully-serviceable aircraft and suitably-qualified pilot during agreed periods throughout the year. The main role of this aviation service will be primarily to support parachuting activities, and will range from an average of 250 - 350 flying hours per annum, with an absolute maximum ceiling of 500 flying hours per annum.
b. Provision of a suitable substitute aircraft to be made available within one hour of the prime aircraft becoming unavailable for any reason, including scheduled and unscheduled maintenance.
c. Provision of a suitably-qualified and experienced parachute rigger to undertake parachute rigging services.
d. Provision of a freefall parachute instructional service to be made available during agreed periods throughout the year. Notwithstanding any alternative innovative solution that may be proposed by bidders, it is strongly anticipated that this will most likely require the provision of 2 x suitably-qualified and experienced freefall parachute instructors.
Background:
The Joint Services Parachuting Centre (Netheravon) is part of the British Army’s Adventurous Training Group, and provides freefall parachuting to the UK Armed Forces as part of the Joint Services Adventurous Training (JSAT) Scheme. This is officially endorsed military training.
The Joint Services Parachuting Centre ("The Centre”) operates to Civil Aviation Authority (CAA) and British Parachute Association (BPA) regulations.
The Centre runs a combination of Basic and Advanced freefall parachute courses with up to 45 students under training at any one time, with a typical total annual throughput of 850 personnel from all Services of the UK Armed Forces. The estimated number of descents is approximately 8 000 to 9 000 per year.
The Centre operates on a full-time basis from January to November inclusive each year. During the months of December and January, parachute training is not normally scheduled, although some courses may occasionally run in January. This provides an opportunity for JSPC (N) staff to maintain and service the parachute equipment, to update training plans and to complete normal staff military training.
The vagaries of UK weather mean that in order to complete its training objectives, the Centre must take every opportunity to parachute. As student parachuting can only take place within defined safety limits, i.e. when the cloud base is at least 3 200 feet Above Ground Level (AGL) and the surface wind is less than 15 knots, a requirement often exists for students to be able to undertake parachute jumps in the early morning and/or late evening, and not just during the normal working- day period. Consequently, the services provided under this contract requirement must be flexible enough to be able to accommodate these varying training schedules at fairly short-notice.
Although the services required by the Authority under this requirement will primarily operate at Netheravon in Wiltshire (United Kingdom), there may occasionally be an ad-hoc requirement for some of these services to operate at / to other locations in the local vicinity on a short term/daily basis.
II.1.6)Common procurement vocabulary (CPV)

60444000

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:
See Invitation to Tender documentation.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 1.4.2013. Completion 31.3.2016

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3
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:
CS4D/1502
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: 30.11.2012 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.12.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
5.12.2012
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: yes
Estimated timing for further notices to be published: August 2017.
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.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-20121025-DCB-4342797.

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

ARTD IPT, C&C;
Room 4A, Portacabin 8A, HQ ARTD, Trenchard Lines
SN9 6BE Upavon
UNITED KINGDOM
E-mail:
Telephone: +44 1980618106
Fax: +44 1980615305

Body responsible for mediation procedures

ARTD IPT, C&C;
Room 4A, Portacabin 8A, HQ ARTD IPT, Trenchard Lines
SN9 6BE Upavon
UNITED KINGDOM
E-mail:
Telephone: +44 1980618106
Fax: +44 1980615305

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

ARTD IPT, C&C;
Room 4A, Portacabin 8A, HQ ARTD, Trenchard lines
SN9 6BE Upavon
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
25.10.2012