In-Service Support of the Hawk TMk2 Aircraft.
Contract notice
Services
Section I: Contracting authority
UK Military Flying Training System IPT, DE&S;
MOD Abbey Wood, #7001
Contact point(s): AJT Support Commercial Manager
For the attention of: Mr Stephen Barratt
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067980003
E-mail:
Fax: +44 1179699675
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)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKL11
The HT2 was introduced to service in 2009 and is based at RAF Valley in Anglesey with a fleet of 28 aircraft. The HT2 provides the Advanced Jet Trainer (AJT) element of the UKMFTS programme, which is being delivered by the MOD’s Training Service Partner (TSP), Ascent Flight Training (Management) Ltd. The proposed contract is an enabler for the delivery of the AJT training service by the TSP, and the primary object will be the provision of serviceable HT2 aircraft to meet the demands of a flying programme determined and maintained by the TSP. The ISS service provider will be expected to co-operate and work closely with both the UKMFTS PT and the TSP to ensure an effective and efficient interface between the different enablers that collectively contribute to the delivery of a successful aircrew training programme. The ISS service provider will also be expected to co-operate with the RAF’s 22 (Trg) Group in its role as the Continued Airworthiness Management Organisation (CAMO) to ensure that the Duty Holder is able to execute his/her responsibilities for the continuing airworthiness of the HT2.
The activities required under the provision of In-Service Support services for the HT2 aircraft will include, but not necessarily be limited to:
- Fleet Management, including maintenance planning.
- Aircraft Maintenance, including all scheduled and unscheduled maintenance at both forward and depth, and the embodiment of modifications and application of Special Instructions (Technical) (SI(T)s).
- Maintenance of related support and test equipment, including survival equipment.
- Management of spares, including asset management, inventory management, and re-provisioning.
- Delivery of training, including all maintenance training, as well as land survival training and wet drill training for aircrew.
- The operation and maintenance of a Logistic Information System (LIS).
- Creation and maintenance of engineering records, reports and statistical data.
- Provision of support for detachments, display flying, and the recovery of stricken aircraft.
- Maintenance of the Adour Mk951 engine at ‘Forward’.
Applicants should note however that the UKMFTS PT currently plans to conclude separate contract arrangements for:
- Post Design Services (PDS) and Design Organisation (DO) advice.
- Engine (Adour Mk951).
- Adour Engine Fleet Management, including maintenance planning,
- Engine Maintenance and support for Adour Mk951, Line Replaceable Items and component repair in ‘Depth’ maintenance,
- Management of engine spares, including asset management, inventory management, and re-provisioning,
- Maintenance, support and provision of Engine Accessories.
- Aircraft Assisted Escape System (AAES).
- Management of AAES spares, including asset management, inventory management, and re-provisioning.
The proposed contract will be subject to the regulatory framework governing defence aviation activity as published by the MAA through the MAA Regulatory Publications (MRP). Applicants that do not demonstrate compliance against this regulatory framework will not be considered further.
Facilities and infrastructure at RAF Valley will be provided by the Authority as Government Furnished Assets, together with existing holdings of spares and support and test equipment. It is currently envisaged that the contract will need to be in place by no later than 31.12.2013 in order to allow an ordered transition and a seamless transfer of responsibility from the current ISS service provider to a new ISS service provider.
50211100
Description of these options: A 1-year option to extend the contract to 31.3.2020.
Section III: Legal, economic, financial and technical information
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.
(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.
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Applicants are to provide (i) a statement of intention to comply with the regulatory framework governing defence aviation activity as published by the MAA through the MAA Regulatory Publications (MRP), and (ii) details and evidence of their Quality Assurance accreditation.
Minimum level(s) of standards possibly required:
Applicants are to provide evidence of holding MAOS MIL Part 145 approval from the UK Military Aviation Authority (or equivalent).
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
Objective criteria for choosing the limited number of candidates: Criteria will be specified in the Pre-Qualification Questionnaire.
Section VI: Complementary information
The Contracting Authority intends to invite a minimum of three tenderers who meet the minimum pre-qualification standards which will be set out in the PQQ, and it reserves the right to undertake negotiations and iterative tendering in the procurement of this proposed requirement. The Contracting Authority also reserves the right to undertake the competitive negotiated procedure in successive stages by applying the award criteria to be set out in the contract documents. Only applicants that are considered by the Contracting Authority to be fully qualified to participate will be formally invited to tender.
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-20121128-DCB-4416913.
UK Military Flying Training System IPT, DE&S;
MOD Abbey Wood, #7001
BS34 8JH Bristol
UNITED KINGDOM
E-mail:
Telephone: +44 3067980003