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

Procurement Of Various Spares, Repairs & Unit Exchanges Of BAe 125 & BAe 146 Spares & Aircraft Specific Ancillary Equipment.

CONTRACT NOTICE

Supplies

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

CS & C-17 Project Team, DE&S;
Walnut 3a, #1318, MOD, Abbey Wood, Filton
Contact: Shelley Mills, Sue Hollingsbee
Attn: Shelley Mills, Sue Hollingsbee
BS34 8JH Bristol
UNITED KINGDOM
Tel. +44 1967890000-*03067982010#
E-mail:
Fax +44 1179134959

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Body governed by public law
Defence
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
Procurement Of Various Spares, Repairs & Unit Exchanges Of BAe 125 & BAe 146 Spares & Aircraft Specific Ancillary Equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main place of delivery Inner London - West.

NUTS code UKI11

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement: Duration in year(s): 3
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT
Range: between 5 000 000 and 10 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Repair, maintenance and associated services related to aircraft and other equipment. A three (3) year Enabling Contract (with a one (1) year option) For the Procurement of Various Spares, Repairs and Unit Exchanges of BAe 125 700 Series and BAe 146 Spares and Aircraft Specific Ancillary Equipment. This requirement will be advertised as six (6) lots as follows: Lot 1: BAE 125 700 Series Spares Lot 2: BAE 146 CC2 Spares Lot 3: BAE 125 700 Series Repairs Lot 4: BAE 146 CC2 Repairs Lot 5: BAE 125 700 Series Unit Exchanges Lot 6: BAE 146 CC2 Unit Exchanges.
II.1.6)Common procurement vocabulary (CPV)

50210000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
No
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)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 purchase for a three (3) year Enabling Contract (with a one (1) year option) For the Procurement of Various Spares, Repairs and Unit Exchanges of BAe 125 700 Series and BAe 146 Spares and Aircraft Specific Ancillary Equipment. This requirement will be advertised as six (6) lots as follows:
Lot 1: BAE 125 700 Series Spares.
Lot 2: BAE 146 CC2 Spares.
Lot 3: BAE 125 700 Series Repairs.
Lot 4: BAE 146 CC2 Repairs.
Lot 5: BAE 125 700 Series Unit Exchanges.
Lot 6: BAE 146 CC2 Unit Exchanges.
On Expressing an Interest in the above requirements, Contractors are asked to specify the Lots that they are Expressing an Interest in.
The Quality Assurance standards or equivalent: The contractors shall hold and maintain as a minimum:
BAE 125 & BAE 146 Spares:
1. BS EN ISO 9001:2008
2. BS EN ISO 14001:2004
BAE 125 & BAE 146 Off-Aircraft Repairs:
1. BS EN ISO 9001:2008
2. BS EN ISO 14001:2004
3. 4000 Series (CAE) Regulatory Articles - 4800-4849 Series
4. The Contractor shall be MAOS Mil Part 145 Approved
BAE 125 & BAE 146 Unit Exchanges:
1. BS EN ISO 9001:2008
2. BS EN ISO 14001:2004
Further Quality Assurance and DEF STANS may be identified either in the Pre Qualification Questionnaire (PQQ) or Invitation To Tender (ITT).
Late Expressions of Interest will not be concidered.
A Pre Qualification Questionnaire (PQQ) will be issued to those applicants who have Expressed an Interest in participating in 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 10 based on the PQQ evaluation ranking).
Please be advised that Contractor to Contractor conciderations may apply to some/all of this requirement.
Excluding VAT
Range between 5 000 000 and 10 000 000 GBP
II.2.2)Options
Yes
description of these options: A one (1) year option.
provisional timetable for recourse to these options: in months: 35 (from the award of the contract)
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Starting 1.4.2012. Completion 31.3.2015

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE BAE 125 700 Series Spares
1)SHORT DESCRIPTION
A three (3) year Enabling Contract (with one (1) year option) for the provision of various spares for the BAE 125 700 series Aircraft. The spares will be called off as and when required for the duration of the Enabling Contract (EC). There will be a provision within the EC to call off any additional spares that are not listed. A Tasking Form will be utilised for this.
2)COMMON PROCUREMENT VOCABULARY (CPV)

34731500

3)QUANTITY OR SCOPE
Excluding VAT
Range between 810 580 and 3 400 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE BAE 146 CC2 Spares
1)SHORT DESCRIPTION
A three (3) year Enabling Contract (with one (1) year option) for the provision of various spares for the BAE 146 CC2 Aircraft. The spares will be called off as and when required for the duration of the Enabling Contract (EC). There will be a provision within the EC to call off any additional spares that are not listed. A Tasking Form will be utilised for this.
2)COMMON PROCUREMENT VOCABULARY (CPV)

34731000

3)QUANTITY OR SCOPE
Excluding VAT
Range between 810 580 and 3 400 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 3 TITLE BAE 125 700 Series Repairs
1)SHORT DESCRIPTION
A three (3) year Enabling Contract (with one (1) year option) for the provision of various Repairs for the BAE 125 700 series Aircraft. The Repairs will be called off as and when required for the duration of the Enabling Contract (EC). There will be a provision within the EC to call off any additional Repairs that are not listed. A Tasking Form will be utilised for this.
2)COMMON PROCUREMENT VOCABULARY (CPV)

50211200

3)QUANTITY OR SCOPE
Excluding VAT
Range between 810 580 and 3 400 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 4 TITLE BAE 146 CC2 Repairs
1)SHORT DESCRIPTION
A three (3) year Enabling Contract (with one (1) year option) for the provision of various Repairs for the BAE 146 CC2 Aircraft. The Repairs will be called off as and when required for the duration of the Enabling Contract (EC). There will be a provision within the EC to call off any additional Repairs that are not listed. A Tasking Form will be utilised for this.
2)COMMON PROCUREMENT VOCABULARY (CPV)

50211200

3)QUANTITY OR SCOPE
Excluding VAT
Range between 810 580 and 3 400 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 5 TITLE BAE 1125 700 Series Unit Exchanges
1)SHORT DESCRIPTION
A three (3) year Enabling Contract (with one (1) year option) for the provision of various Unit Exchanges for the BAE 125 700 series Aircraft. The Unit Exchanges will be called off as and when required for the duration of the Enabling Contract (EC). There will be a provision within the EC to call off any additional Unit Exchanges that are not listed. A Tasking Form will be utilised for this.
2)COMMON PROCUREMENT VOCABULARY (CPV)

34731000

3)QUANTITY OR SCOPE
Excluding VAT
Range between 810 580 and 3 400 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 6 TITLE BAE 146 CC2 Unit Exchanges
1)SHORT DESCRIPTION
A three (3) year Enabling Contract (with one (1) year option) for the provision of various Unit Exchanges for the BAE 146 CC2 Aircraft. The Unit Exchanges will be called off as and when required for the duration of the Enabling Contract (EC). There will be a provision within the EC to call off any additional Unit Exchanges that are not listed. A Tasking Form will be utilised for this.
2)COMMON PROCUREMENT VOCABULARY (CPV)

34731000

3)QUANTITY OR SCOPE
Excluding VAT
Range between 93 000 and 685 000 GBP
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
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating 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 to which the performance of the contract is subject
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 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 26.5.1972 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 capacity
Information and formalities necessary for evaluating if 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
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
(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
(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
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the 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 5 maximum number 10
Objective criteria for choosing the limited number of candidates: The PQQ will be used as the down selection process.
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)An electronic auction will be used
Yes
Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
C17&CS;/1011
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time-limit for receipt of tenders or requests to participate
19.9.2011 - 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 tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
No
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION

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:- These contract opportunities are published in the Official Journal of the European Union (OJEU) and the MoD Defence Contracts Bulletin. The award of any subsequent contract arising from such requirements is subject to the Public Contract Regulations 2006. Where advertising is necessary in the OJEU and the DCB, the content of the two adverts must be exactly the same. Tracker Reference: TKR-2011819-DCB-2573078 GO Reference: GO-2011819-DCB-2573079.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures

CS & C-17 Project Team, DE&S;
Walnut 3a, #1318, NH1, Abbey Wood, Filton
BS34 8JH Bristol
UNITED KINGDOM
Tel. +44 1967890000-*03067982010#

Body responsible for mediation procedures

CS & C-17 Project Team, DE&S;

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

CS & C-17 Project Team, DE&S;

VI.5)DATE OF DISPATCH OF THIS NOTICE:
19.8.2011