Aviation Environmental and Atmospheric Expert Technical Support.
Contract notice
Services
Section I: Contracting authority
Department for Transport
Great Minster House 33 Horseferry Road
SW1 4DR London
UNITED KINGDOM
Telephone: +44 3450103503
E-mail:
Internet address(es):
General address of the contracting authority: https://www.gov.uk/government/organisations/department-for-transport
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
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 8: Research and development services
NUTS code UK
73100000, 73110000, 73120000, 90730000, 90731000, 90731300, 90731400, 90731800, 90740000, 90742400
Potential Providers shall have the experience and be capable of:
- providing research services to support the UK evidence base within the International Civil Aviation Organisation (ICAO) and Committee on Aviation Environmental Protection (CAEP) working and support groups;
- consensus building within the scientific community including science and analysis to support peer reviewed papers, understanding and developing atmospheric science knowledge relevant to the CAEP work programme, to mitigate the impacts of aviation on ecosystems through climate change and air quality;
- modelling the impacts of aviation on ecosystems through different aviation scenarios to determine their relative cost effectiveness; and
- providing a suitable respected qualified individual who is in a position to become a member of the Impact Science Group of the International Civil Aviation Organisation (ICAO) Committee on Aviation Environmental Protection (CAEP) and capable of running workshops at the cutting edge of scientific knowledge.
Further details on the scope of the project are given in the Statement of Requirements, attachment 2.
This Procurement is being managed and facilitated by Government Procurement Service (referred to as the Agent). The Agent is acting on behalf of the Contracting Authority throughout the procurement process.
The Aviation Environmental and Atmospheric Expert Technical Support Contract will be between the successful Supplier and the Contracting Authority, not the Agent.
Estimated value excluding VAT:
Range: between 750 000 and 1 800 000 GBP
Description of these options: The Contract is for a period of 24 months with the Contracting Authority retaining the prerogative to extend the Contract for a further 36 month period.
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
This procurement will be managed electronically via the Agent's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a Contract if invited to do so. Full instructions for registration and use of the system can be found at: http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The Agent will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.As a user of the e-Sourcing Suite you will have access its email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact the Agent's Helpdesk: Freephone: +44 3450103503
email:
Responses must be published by the date in IV.3.4.The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
The Agent may take into account any of the following information:(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.
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
The Agent may have regard to any of the following means in its assessment:(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.
Section IV: Procedure
Place:
Electronically, via web-based portal.
Section VI: Complementary information
The Aviation Environmental and Atmospheric Expert Technical Support Contract will be between the successful Supplier and the Contracting Authority, not the Agent.
Potential Providers should note that, in accordance with the UK Government's policies on transparency, the Agent intends to publish the Selection and Award Questionnaires, Invitation to Tender (ITT) document and the text of any Contract awarded, subject to possible redactions at the discretion of the Agent. Further information on transparency can be found at:
The Agent expressly reserves the right (i) not to award the Contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will either the Agent or the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to Contract award is accordingly a matter solely for the commercial judgement of potential suppliers.
The duration of the Contract is for an initial 24 months from April 2014 to March 2016 with the option to extend a further 36 months i.e April 2016 to March 2019. Thus the potential duration of the Contract is 60 months.
It is envisaged that the value of the initial 24 month period will be approximately GBP 750,000, whilst the further 36 month extension is estimated at GBP 1,050,000.
The value provided at Section II.2.1 is only an estimate and is based on the full 60 month duration.
Note: There is no appeal as such to a decision on whether or not to award the Contract but if you wish to make representations to the Agent about the conduct or outcome of the procurement you should email the Agent at the address stated in Section I.1.
A party who feels that there has been a breach of procurement law may apply to the High Court for one of the remedies available under the Public Contracts Regulations 2006.