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

Provision of Air Traffic Control and Airfield Services at Wattisham Flying Station.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

DE&S; Commercial, C&C;
HQLF Proc4c, DE&S; Commercial, Building 101, Room 27, Thiepval Barracks
Contact point(s): Proc 4c Commercial Office
BT28 3NP Lisburn
UNITED KINGDOM
Telephone: +44 2892263102
E-mail:
Fax: +44 2892263688

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:
Provision of Air Traffic Control and Airfield Services at Wattisham Flying Station.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 20: Supporting and auxiliary transport services

NUTS code UKH14

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)
Air-traffic control services. Airport operation services. The provision of Air Traffic Control and flight planning services together with ground equipment maintenance (radio/radar) and bird control services at Wattisham Flying Station, Suffolk. Expressions of interest are sought for a 2 year (with up to a maximum of 60 additional months, or any part thereof) Contract. It is envisaged that the requirement will migrate to a MOD wide contract (Project Marshall) within the timespan 2015 - 2020. The proposed service commencement date shall be 1.4.2013. Potential tenderers will be required to have a minimum accreditation of ISO 9001 - Quality Management System Accreditation.
II.1.6)Common procurement vocabulary (CPV)

63732000, 63731000

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
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 10 000 000 and 20 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The proposed Contract may be extended at the sole discretion of the Authority for a period or periods up to a maximum of 60 months. The Authority reserves the right to determine how many months may be taken up. If required, this option will be exercised 18 months after commencement of the contract on 1.4.2013.
Provisional timetable for recourse to these options:
in months: 18 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Bank and/or parent company quarantees may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The electronic Purchase to Payment (P2P) system will be used as the payment mechanism for this proposed contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. Where consortia or other grouping of economic operators submit a bid, they will be bound jointly and severally. Such consortia or grouping must nominate a lead member to deal with the Authority on all matters relating to this procurement exercise.
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: 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.
Use of a pre-qualification questionnaire.
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
Use of a pre-qualification questionnaire.
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
Use of a pre-qualification questionnaire.
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 number of operators: 6
Objective criteria for choosing the limited number of candidates: Refer to pre-qualification questionnaire.
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:
HQLF4c/0003
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.7.2012 - 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)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

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.

The electronic Purchase to Payment (P2P) system will be used as the payment mechanism for any contract placed as a result of this tender exercise, operating over the Defence Electronic Commerce Service (DECS). Further information on P2P can be found at http://www.d2btrade.com including MOD's Guidelines for Industry 'e-procurement using Purchase to Payment (P2P)'.

Expressions of Interest must be submitted via e-mail to the Authority (within the time limit specified at Section IV.3.4) and should include the name, postal and e-mail address, telephone and fax numbers of the designated point of contact within the Economic Operator. Late Expressions of Interest will not be considered. It is the responsibility of the Economic Operator to ensure that their Expression of Interest has been received. Confirmation of receipt should be sought within 2 working days of issue where an Economic Operator has not received an acknowledgement by the Authority.
The Authority intends to invite no more than 6 Economic Operators to tender for this requirement and therefore may wish to conduct a pre-qualification exercise to assist in any down selection. Only those Economic Operators that can demonstrate a sufficient level of economic and financial standing and technical or professional ability against the Authority's pre-qualification criteria may be invited to tender. Should more than 6 Economic Operators fulfil the selection criteria, the Authority shall reserve the right to conduct a further down selection. Full details will be made available in any subsequent pre-qualification document set. The Authority reserves the right to seek independent financial and market advice to validate information declared, or to assist in any pre-qualification evaluation.
It is anticipated that TUPE may apply to this requirement. GO Reference: GO-2012619-DCB-4004173.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

DE&S; Commercial, DE&S;
HQLF Proc4c, DE&S; Commercial, Building 101, Room 27, Thiepval Barracks
BT28 3NP Lisburn
UNITED KINGDOM
E-mail:
Telephone: +44 2892263102

Body responsible for mediation procedures

DE&S; Commercial, C&C;

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:
19.6.2012