Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Ministry of Defence, C&C, C&C
Room 303, Building 1/080, Jago Road, HM Naval Base
Portsmouth
PO1 3 LU
UK
Contact person: Katie Goble/Hannah Streatfield
Telephone: +44 2392727374
E-mail: katie.goble100@mod.gov.uk
NUTS: UKK3
Internet address(es)
Main address: https://www.gov.uk/government/organisations/ministry-of-defence
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.contractsfinder.service.gov.uk/Notice/fb6e6afb-222e-48fc-8e47-0fcea075c2fb
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://award.bravosolution.co.uk/
Tenders or requests to participate must be sent to the following address:
Ministry of Defence
Portsmouth
UK
E-mail: katie.goble100@mod.gov.uk
NUTS: UKK3
Internet address(es)
Main address: https://www.gov.uk/government/organisations/ministry-of-defence
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Procurement of Remote Air Traffic Services for RNAS Predannack, including Options for Additional Air Stations
Reference number: 700977368
II.1.2) Main CPV code
48121000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Procurement of remote air traffic services for RNAS Predannack, including options for additional air stations.
II.1.5) Estimated total value
Value excluding VAT:
8 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48121000
72212121
II.2.3) Place of performance
NUTS code:
UKK3
Main site or place of performance:
Cornwall and Isles of Scilly.
II.2.4) Description of the procurement
Procurement of remote air traffic services for RNAS Predannack, including options for additional air stations.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Cost criterion: Price
/ Weighting: 50
II.2.6) Estimated value
Value excluding VAT:
8 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
20/10/2020
End:
31/12/2022
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Contract runs from 20 October 2020 to 31 December 2021, with options to extend to 31 December 2022.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Detailed in tender documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/09/2020
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
31/12/2020
IV.2.7) Conditions for opening of tenders
Date:
21/09/2020
Local time: 10:00
Place:
Via Award.
Information about authorised persons and opening procedure:
Detailed in tender documents.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
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
IR35 is not applicable.
A cyber risk assessment has been raised and has been assessed as ‘very low’.
Go reference: GO-2020814-DCB-16951109
VI.4) Procedures for review
VI.4.1) Review body
Ministry of Defence, C&C, C&C
Room 303, Building 1/080, Jago Road, HM Naval Base
Portsmouth
PO1 3LU
UK
Telephone: +44 2392727473
E-mail: katie.goble100@mod.gov.uk
VI.4.2) Body responsible for mediation procedures
Ministry of Defence, C&C, C&C
Portsmouth
UK
VI.5) Date of dispatch of this notice
14/08/2020