Defence Contract Notice | MOD-DCOSkip to main content.MOD DCOManage your: Suppliers Manage Supplier Lists Supplier Search Tenders Tender Exercise Dashboard Notice Dashboard PQQ Dashboard Resources Global DocumentsDocument SearchCalendarAccount User Profile User Reports User Assets Organisation Organisation Reports MI Reports User Activity Log Buyer ProfileGlobal DataLogoutDefence Contract Notice Activity Centre Tender Manager Tender Exercise Notice View Notice UK-Bristol: Cargo carriers. UK-Bristol: Cargo carriers. UK-Bristol: Cargo carriers. Section I: Contracting Authority I.1)Name, Addresses and Contact Point(s): Ministry of Defence, IMOC Cedar 3a, Mailpoint #3338, MOD Abbey Wood, Bristol, BS34 8JH, United Kingdom Tel. +44 3067981179, Email: DESDSCOM-CMSea@mod.uk Contact: Paul Kenyon Further information can be obtained at: As Above Specifications and additional documents: As Above Applications must be sent to: As Above I.2)Type of the contracting authority and main activity or activities: 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/entity: The contracting authority is purchasing on behalf of other contracting authorities: No Section II: Object Of The Contract: SERVICES II.1)Description II.1.1)Title attributed to the contract by the contracting authority/entity: Provision of air transport for military cargo II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES Service Category: 6 Region Codes: UK - UNITED KINGDOM II.1.3)Framework agreements: The establishment of a framework agreement II.1.4)Information on framework agreement: Framework agreement with several operators maximum number of participants to the framework agreement envisaged: 8 Duration of the framework agreement: Duration in year(s): 4 Estimated total value of purchases for the entire duration of the framework agreement: Range between: 50,000,000 and 125,000,000 Currency: GBP II.1.5)Short description of the contract or purchase: Cargo carriers. MoD has a requirement for ad-hoc chartering of air transportation for the movement of military Cargo worldwide. Although there will be no guaranteed levels of business, the MOD intends to establish a Framework Agreement for 4 years. Each task will require a fully managed air cargo service and companies selected for the framework will be required to provide the entire air transport solution in a dynamic and high-tempo military environment. Cargo may be palletised or loose-loaded and may include outsized loads such as helicopters, armoured vehicles and other specialised military equipment and may include DG UN Class 1 to 9, excluding 7. The MOD will reserve its right to use other contracts to meet its requirements as necessary. A Pre-Qualification Questionnaire must be completed to be considered for selection to bid. II.1.6)Common Procurement Vocabulary: 34144750 - Cargo carriers. II.1.7)Information about subcontracting: Not Provided II.1.8)Division into lots: No II.1.9)Variants will be accepted: No II.2)Quantity Or Scope Of The Contract II.2.1)Total quantity or scope (including all lots, renewals and options): NA Estimated value excluding VAT: Range between: 50,000,000 and 125,000,000 Currency: GBP II.2.2)Options: No II.2.3)Renewals: No II.3)Duration Of The Contract Or Time-Limit For Completion Starting: 01/08/2015 Completion: 31/07/2019 Section III: Legal, Economic, Financial And Technical Information III.1)Conditions relating to the contract III.1.1)Deposits and guarantees required: Not Provided III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Not Provided III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Not Provided III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information: Not Provided III.1.5) Information about security clearance Candidates which do not yet hold security clearance may obtain such clearance until:2015-08-01 00:00:00.0 III.2)Conditions For Participation III.2.1)Economic and financial capacity: Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers. 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 these 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: Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion) (a) Appropriate statements from the economic operator's bankers 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) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract. Information and formalities necessary for evaluating if the requirements are met: Annual Profit and Loss Account and a Balance Sheet Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection) Information and formalities necessary for evaluating if the requirements are met: Exclusion may occur if the MoD deems a company would be over-reliant on the income from this contract. III.2.3) Technical and/or professional capacity: Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion) Not Provided III.2.4) Information about reserved contracts: Not Provided III.3)Conditions Specific To Service Contracts III.3.1)Execution of service is reserved to particular profession: No III.3.2)Legal person should indicate the names and professional qualifications of the staff responsible for 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 minimum number: 2 and maximum number: 8 Objective Criteria for choosing the limited number of candidates: We are seeking a suitable range that will reduce risk but will also ensure a strong competition for each task. 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)An electronic auction will be used: No IV.3)Administrative Information IV.3.1)File reference number attributed by the contracting authority: DSCOM/CB/2213 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 Date: 30/03/2015 Time: 00:00 IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English Section VI: Complementary Information VI.1)This Is A Recurrent Procurement: No VI.2)The contract is related to a project and/or programme financed by European Union 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, and the contract will be awarded on the basis of the most economically advantageous tender.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. From 2 April 2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC. https://www.gov.uk/government/publications/government-security-classifications 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. 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 Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on http://www.contracts.mod.uk. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following Access Code: D9K8374YWT. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324. VI.4)Procedures For Appeal VI.4.1)Body responsible for appeal procedures: Ministry of Defence, IMOC Cedar 3a, Mailpoint #3338, MOD Abbey Wood, Bristol, BS34 8JH, United Kingdom Tel. +44 3067981179, Email: DESDSCOM-CMSea@mod.uk Body responsible for mediation procedures: Ministry of Defence, IMOC Cedar 3a, Mailpoint #3338, MOD Abbey Wood, Bristol, BS34 8JH, United Kingdom Tel. +44 3067981179, Email: DESDSCOM-CMSea@mod.uk VI.4.2)Procedures for appeal: Not Provided VI.4.3)Service from which information about the lodging of appeals may be obtained: Ministry of Defence, IMOC Cedar 3a, Mailpoint #3338, MOD Abbey Wood, Bristol, BS34 8JH, United Kingdom Tel. +44 3067981179, Email: DESDSCOM-CMSea@mod.uk VI.5) Date Of Dispatch Of This Notice: 06/03/2015 ANNEX A Back Account Paul Kenyon Organisation Role: BuyerSupervisor Edit User Profile Help User Guides FAQ Contact HelpdeskTerms & conditions | contact us | company details | site map | data protection | Privacy and cookies | ©2014 BiP Solutions Ltd.Loading...