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

1 Year (with a 1 Year Option) Enabling Contract for the Repair and Overhaul of Undercarriage Units for the RAF's BAe 125 and 146 Aircraft.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

C-17 & Command Support, DE&S;
DES C-17&CS; PT, Walnut 2c, #1232, MOD Abbey Wood
Contact point(s): DES C17-CS-CM1b (note: from 30.10.2013, will be DES C17CSAE-CM1a)
For the attention of: J. Clark
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067982022
E-mail: [email protected] (note: from 30.10.2013, email address will be DESC17CSAE-CM1a)
Fax: +44 1179134979

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:
1 Year (with a 1 Year Option) Enabling Contract for the Repair and Overhaul of Undercarriage Units for the RAF's BAe 125 and 146 Aircraft.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services

NUTS code UKI23

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 2

Duration of the framework agreement

Duration in years: 1

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 100 000 and 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
Aircraft repair services. The provision of undercarriage repair and overhaul services including unit exchanges for the RAF's fleet of BAe 146 CC. Mk.2 and C. Mk.3, and BAe 125 CC. Mk.3 Aircraft. This includes the repair and overhaul of landing gear, including Side-Stays, Shock Absorbers and other Hydraulic Components on both a scheduled and ad-hoc basis.
II.1.6)Common procurement vocabulary (CPV)

50211200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Expressions of interest are sought from companies wishing to be considered for inclusion in a possible future requirement for a 1 year Enabling Contract (with a 1 year option) to be divided into 2 lots: Lot 1: The provision of undercarriage repair and overhaul services including unit exchanges for the RAF's fleet of BAe 146 CC. Mk.2 (Srs.100) and BAe 146 C. Mk.3 (Srs.200QC) aircraft. Lot 2: The provision of undercarriage repair and overhaul services for the RAF's fleet of BAe 125 CC. Mk.3 (Srs.700B) aircraft. The contractor shall hold and maintain, as a minimum, AQAP 2120 Edition 3; AQAP 2105 Edition 2; BS EN ISO 14001:2004 Environmental Management; BSI BS EN 62402:2007 Obsolescence Management. The contractor shall be EASA Part 145 approved. The following standards shall apply; DEF STAN 05-61 Part 9 Issue 4; DEF STAN 05-99 Issue 4. Further Standards may be identified within the ITT. A Pre-Qualification Questionnaire (PQQ) will be issued to those applicants who have expressed an interest in participating in either one or both lots of this requirement. Responses to the PQQ will be assessed in accordance with the evaluation criteria detailed in the PQQ to determine which of those applicants will be invited to submit a tender. Only those companies that can demonstrate a sufficient level of competence against the Authority's PQQ criteria will be considered (this will be a minimum of 5 companies and a maximum of 6 based on evaluation ranking). The Contracting Authority considers that this requirement may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing an economically advantageous tender.
When registering an Expression of Interest, suppliers shall confirm that they hold and maintain the Quality Assurance standards listed above. Only those expressions of interest that confirm this shall be considered for subsequent stages of the tendering process.
Estimated value excluding VAT:
Range: between 100 000 and 500 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: An option to extend the duration of the Contract by 1 Year may be exercised at the discretion of the Authority.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Starting 1.4.2014. Completion 31.3.2015

Information about lots

Lot No: 1 Lot title: The provision of undercarriage repair and overhaul services including unit exchanges for the RAF's fleet of BAe 146 CC. Mk.2 and C. Mk.3 aircraft.
1)Short description
The provision of undercarriage repair and overhaul services for the RAF's fleet of BAe 146 CC. Mk.2 and C. Mk.3 aircraft. This includes the repair and overhaul including unit exchanges of landing gear, including Side-Stays, Shock Absorbers and other Hydraulic Components on both a scheduled and ad-hoc basis.
2)Common procurement vocabulary (CPV)

50211200

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Potential bidders are welcome to bid for either one or both lots.
Lot No: 2 Lot title: The provision of undercarriage repair and overhaul services including unit exchanges for the RAF's fleet of BAe 125 CC. Mk.3 aircraft.
1)Short description
The provision of undercarriage repair and overhaul services including unit exchanges for the RAF's fleet of BAe 125 CC. Mk.3 Aircraft. This includes the repair and overhaul of landing gear, including Side-Stays, Shock Absorbers and other Hydraulic Components on both a scheduled and ad-hoc basis.
2)Common procurement vocabulary (CPV)

50211200

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Potential bidders are welcome to bid for either one or both lots.

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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: To be confirmed in Tender documents..
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) 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. 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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (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.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
The contractor shall hold and maintain, as a minimum, AQAP 2120 Edition 3; AQAP 2105 Edition 2; BS EN ISO 14001:2004 Environmental Management; BSI BS EN 62402:2007 Obsolescence Management. The contractor shall be EASA Part 145 approved. The following standards shall apply; DEF STAN 05-61 Part 9 Issue 4; DEF STAN 05-99 Issue 4. Further Standards may be identified within the ITT.
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
Restricted
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 6
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:
C17&CS;/1027
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: 21.11.2013 - 23:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.11.2013 - 23:59
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 of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 1 year.
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-20131022-DCB-5213277

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

C-17 & Command Support, DE&S;
C17 & CS PT, Walnut 2c, #1232, MOD Abbey Wood
BS34 8JP Bristol
UNITED KINGDOM
E-mail:
Telephone: +44 3067982022
Fax: +44 1179134979

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
22.10.2013