CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Ministry of Defence, Combat Air, Fast Air Support Team (FAST)Building 160, |
RAF Coningsby |
Lincoln |
LN4 4SY |
UK |
Emma Garley
|
+44 1526835259 |
Emma.Garley100@mod.gov.uk |
|
https://www.gov.uk/government/organisations/defence-equipment-and-support
|
|
|
|
![Checked box](/images/tick_on_gbr.gif)
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Checked box](/images/tick_on_gbr.gif)
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Checked box](/images/tick_on_gbr.gif)
![Unchecked box](/images/tick_off_gbr.gif) |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
![Checked box](/images/tick_on_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Checked box](/images/tick_on_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityProvision of Qualified Flying Instructors for the PT |
II.1.2)
|
Type of supplies contract
![Checked box](/images/tick_on_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
Main site or location of works, place of delivery or performance
Lincolnshire UKF3 |
II.1.3)
|
Information on framework agreement
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
II.1.4)
|
Information on framework agreement (if applicable)
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Flying-school services. 29 Squadron (the Operational Conversion Unit (OCU)) require a service provision of 3 civilian Typhoon Qualified Flying Instructors (Civilian-QFIs) per day to operate (including fly) as OCU instructors.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
80412000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
900 000 GBP |
II.2.2)
|
Information about options |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals
|
Section III: Legal, Economic, Financial and Technical Information
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation
The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) 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.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
|
III.2.2)
|
Economic and financial standing
|
III.2.3)
|
Technical and/or professional capacity
(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability;
(b) a statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years, or during a shorter period if necessary, and:
(i) the dates on which the goods were sold or the services provided;
(ii) the consideration received;
(iii) the identity of the person to whom the goods were sold or the service were provided;
(iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and
(v) where — (a) that person was not a contracting authority, and (b) the certificate referred to in subparagraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;
(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and:
(i) if any, those of the economic operator's managerial staff; and
(ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;
(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;
(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the Contracting Authority;
(n) a certificate:
(i) attesting conformity to quality management systems standards based on the relevant European standard; and
(ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification.
The vendor will be responsible for supplying previously qualified Typhoon QFIs or QPIs (essential). Competency and performance of C-QFIs will be assessed in the same manner as 29 Sqn regular QFIs (1GpASOs) and, if necessary, air warnings and disposal will be effected. The vendor will be responsible for supplying replacements to fulfil the tasks.
Should they be required, flying and QFI refresher training costs will be borne by the RAF. Currency of C-QFIs will be managed by 29 Sqn, but should C-QFIs require refresher training during their tenure due to absence longer than 6 months the cost of this will be borne by the vendor.
Applicants will be boarded by OC 29 Sqn and CO Coningbsy to approve their suitability for the role and qualifications and recency of Typhoon flying will be considered. Applicants must have operated the Typhoon within 5 years; any applicant who has been away from Typhoon flying for more than 3 years is unlikely to be successful due to the pace of change of Typhoon operations.
C-QFIs will operate within the Duty Holder chain of 1 Gp, under MAA regulation and 1 Gp Air Staff Orders. RAF Coningsby will be responsible for providing primary healthcare with a MAME GP and RAF Dentist to ensure duty of care and fitness to fly. Vendors will be responsible for proposing contractual means to ensure indemnity/governance.
The vendor will be responsible for supplying previously qualified Typhoon QFIs or QPIs (essential). Competency and performance of C-QFIs will be assessed in the same manner as 29 Sqn regular QFIs (1GpASOs) and, if necessary, air warnings and disposal will be effected. The vendor will be responsible for supplying replacements to fulfil the tasks.
Should they be required, flying and QFI refresher training costs will be borne by the RAF. Currency of C-QFIs will be managed by 29 Sqn, but should C-QFIs require refresher training during their tenure due to absence longer than 6 months the cost of this will be borne by the vendor.
Applicants will be boarded by OC 29 Sqn and CO Coningbsy to approve their suitability for the role and qualifications and recency of Typhoon flying will be considered. Applicants must have operated the Typhoon within 5 years; any applicant who has been away from Typhoon flying for more than 3 years is unlikely to be successful due to the pace of change of Typhoon operations.
C-QFIs will operate within the Duty Holder chain of 1 Gp, under MAA regulation and 1 Gp Air Staff Orders. RAF Coningsby will be responsible for providing primary healthcare with a MAME GP and RAF Dentist to ensure duty of care and fitness to fly. Vendors will be responsible for proposing contractual means to ensure indemnity/governance..
The vendor will be responsible for supplying previously qualified Typhoon QFIs or QPIs (essential). Competency and performance of C-QFIs will be assessed in the same manner as 29 Sqn regular QFIs (1GpASOs) and, if necessary, air warnings and disposal will be effected. The vendor will be responsible for supplying replacements to fulfil the tasks.
Should they be required, flying and QFI refresher training costs will be borne by the RAF. Currency of C-QFIs will be managed by 29 Sqn, but should C-QFIs require refresher training during their tenure due to absence longer than 6 months the cost of this will be borne by the vendor.
Applicants will be boarded by OC 29 Sqn and CO Coningbsy to approve their suitability for the role and qualifications and recency of Typhoon flying will be considered. Applicants must have operated the Typhoon within 5 years; any applicant who has been away from Typhoon flying for more than 3 years is unlikely to be successful due to the pace of change of Typhoon operations.
C-QFIs will operate within the Duty Holder chain of 1 Gp, under MAA regulation and 1 Gp Air Staff Orders. RAF Coningsby will be responsible for providing primary healthcare with a MAME GP and RAF Dentist to ensure duty of care and fitness to fly. Vendors will be responsible for proposing contractual means to ensure indemnity/governance.
The vendor will be responsible for supplying previously qualified Typhoon QFIs or QPIs (essential). Competency and performance of C-QFIs will be assessed in the same manner as 29 Sqn regular QFIs (1GpASOs) and, if necessary, air warnings and disposal will be effected. The vendor will be responsible for supplying replacements to fulfil the tasks.
Should they be required, flying and QFI refresher training costs will be borne by the RAF. Currency of C-QFIs will be managed by 29 Sqn, but should C-QFIs require refresher training during their tenure due to absence longer than 6 months the cost of this will be borne by the vendor.
Applicants will be boarded by OC 29 Sqn and CO Coningbsy to approve their suitability for the role and qualifications and recency of Typhoon flying will be considered. Applicants must have operated the Typhoon within 5 years; any applicant who has been away from Typhoon flying for more than 3 years is unlikely to be successful due to the pace of change of Typhoon operations.
C-QFIs will operate within the Duty Holder chain of 1 Gp, under MAA regulation and 1 Gp Air Staff Orders. RAF Coningsby will be responsible for providing primary healthcare with a MAME GP and RAF Dentist to ensure duty of care and fitness to fly. Vendors will be responsible for proposing contractual means to ensure indemnity/governance.
|
III.2.4)
|
Reserved contracts
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
![Checked box](/images/tick_on_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate2 |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
FAST/00243
|
IV.3.2)
|
Previous publication(s) concerning the same contract
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 28-02-2019
|
IV.3.4)
|
Time-limit for requests to participate 16-03-2019 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
Section VI: Complimentary Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community 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. 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
GO Reference: GO-201925-DCB-14018378
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Combat Air, Fast Air Support Team (FAST) |
Building 160, RAF Coningsby |
Lincoln |
LN4 4SY |
UK |
emma.garley100@mod.gov.uk |
+44 1526835259 |
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Combat Air, Fast Air Support Team (FAST) |
|
RAF Coningsby |
|
UK |
emma.garley100@mod.gov.uk |
+44 1526835259 |
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Combat Air, Fast Air Support Team (FAST) |
|
RAF Coningsby |
|
UK |
emma.garley100@mod.gov.uk |
+44 1526825259 |
|
|
|
VI.5)
|
Dispatch date of this Notice 05-02-2019 |