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

HQLF1/199 - Provision of enabling arrangement for full motion video (FMV) support.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Army Commercial
Ramaillies Building, Marlborough Lines
For the attention of: Paul Kingman
SP11 8HT Andover
UNITED KINGDOM
Telephone: +44 1264381433
E-mail:

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:
HQLF1/199 - Provision of enabling arrangement for full motion video (FMV) support.
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 the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
II.1.5)Short description of the contract or purchase(s)
Specialist training services. Aerial photography services. The Authority has a requirement for the provision of down-linked aerial Full Motion Video (FMV) in support of military training events and associated tasks. The Authority requires the potential contractor to replicate UK and other Nations' front-line Offensive and Intelligence, Surveillance and Target Acquisition (ISTAR) platforms, including (but not limited to) Fast-Jets and Remotely Piloted Air Systems (RPAS). Support will be required primarily in the UK and Kenya, with the potential to provide FMV support globally if tasked.
The FMV sensor must replicate the image quality associated with targeting pods and turrets such as Litening 3 and MX-15, in both Electro-Optical and Infra-Red bands. The down-link system must operate in a frequency band that can be allocated to military users and be compatible with current and future in-service receiving terminals.
Sensor operators must be ex-military, Close Air Support (CAS) experienced and familiar with front-line operations, weapons and procedures. They must be able to operate in accordance with current CAS and ISTAR doctrine and be deemed suitable for, or already accredited by the Joint Air Land Organisation (JALO) on behalf of the MOD for the conduct of CAS controls with Forward Air Controllers (FAC). Pilots must be commercially licensed, and the aircraft and crew must be capable of operating internationally and at night and in IFR conditions. The contractor may be asked to carry passengers during exercise flying, and as such must hold an Air Operators Certificate (AOC).
The potential contractor must maintain an organisation able to flexibly deliver capability support of up to 2x concurrent UK exercises and addition to 1x overseas exercise, with a suitable and robust basing plan. The Authority intends to establish an Enabling Arrangement under which the contractor will be required to deliver FMV support as tasked. The total FMV support is projected to be approximately 310 on-task hours per year. The hours will be split approximately 1/3 in the UK, 2/3 in Kenya. However, tasking hours may increase or decrease according to user demand.
A military-experienced Ground Liaison Officer (GLO) is to be provided in EXCON during supported exercises. All contracted personal must have English as their primary language.
The proposed contract is for 24 months, but may be extended by a further 24 months at the sole discretion of the Authority. The first event supported by the contractor is likely to commence in early May 2014 in Kenya, therefore the provider must demonstrate and provide assurance they would be capable of providing support from this event onwards.
Dynamic Pre Qualification Questionnaire (DPQQ) will be conducted for this requirement, as stated in this advert a maximum of 6 companies will be a invited to tender therefore should more than 6 submissions be compliant, the 6 highest scoring submissions will be accepted.
Also any response scoring less than 50% of the maximum available score shall not be considered further.
Part 1 of the PQQ will be scored either: Fail - no response provided, or 2 - Satisfactory. This will apply to all questions except the financial questions in ‘Part 1 Form D - Economic and Financial Standing' where the standard 0 - 5 scoring will apply (with weighting).
The due in date for completed PQQ submissions online is 21.1.2014 at 12:00 GMT.
II.1.6)Common procurement vocabulary (CPV)

80510000, 79961200

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: 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:
II.2.2)Information about options
Options: yes
Description of these options: 2 X 1 year option periods will be included, upon confirmation the authority has the irrivocable right to exercise these options at our discretion.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

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: As defined in the invitation to tender.
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: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
(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.
Financial capacity / capability will be evaluated at the pre qualification stage (PQQ) by means of financial scrutiny of accounts and use of other financial reports (such as 'one source' / PWC) and accounting ratios to determine the suitibility to tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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.
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 2: and maximum number 6
Objective criteria for choosing the limited number of candidates: Eligible companies will be established from pre qualification questionnaire exercise (PQQ).
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:
HQLF1/199 - Full motion video (FMV) enabling arrangement.
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: 20.1.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.1.2014 - 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 of 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.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

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.

You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 33A44A39Z6.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing or Telephone +44 8452707099.

GO Reference: GO-20131211-DCB-5326195
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

DE&S; Commercial, C&C;

Body responsible for mediation procedures

DE&S; Commercial, DE&S;

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

DE&S; Commercial, C&C;

VI.5)Date of dispatch of this notice:
11.12.2013