DfT(c): Towed Flight Recorder Underwater Locator Beacon System

  DfT(c) has published this notice through Delta eSourcing

Notice Summary
Title: Towed Flight Recorder Underwater Locator Beacon System
Notice type: Contract Notice
Authority: DfT(c)
Nature of contract: Services
Procedure: Open
Short Description: The Department for Transport (DfT) is seeking to award a contract for the provision of two towed flight recorder underwater locator beacon detection systems, consisting of an Acquisition and Recording system and a Signal Processing system. The systems will be used to assist the Air Accidents Investigations Branch (AAIB) in the underwater searching and localisation of aircraft flight recorders following a crash in water.
Published: 20/05/2015 17:17

View Full Notice

UK-Hastings: Sonars.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      DFT
      Group Procurement Division, Zone D/06 Ashdown House, Sedlescombe Road North, Hastings, TN37 7GA, United Kingdom
      Tel. +44 02079448482, Fax. +44 02079448440, Email: ian.richardson@dft.gsi.gov.uk, URL: www.dft.gov.uk
      Electronic Access URL: http://tenders.dft.gov.uk/ppro-04-23-19/index.html

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Other: Transport

   I.4) Contract award on behalf of other contracting authorities:
      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: Towed Flight Recorder Underwater Locator Beacon System
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 8

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Sonars. Flight recorders. The Department for Transport (DfT) is seeking to award a contract for the provision of two towed flight recorder underwater locator beacon detection systems, consisting of an Acquisition and Recording system and a Signal Processing system. The systems will be used to assist the Air Accidents Investigations Branch (AAIB) in the underwater searching and localisation of aircraft flight recorders following a crash in water.
         
      II.1.6)Common Procurement Vocabulary:
         38113000 - Sonars.
         
         34997100 - Flight recorders.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The AAIB requires a new towed detection system that is intended to replace the current AAIB system. Improved performance, reliability, ease of maintenance and access to spare parts, portability and ease of deployment are all essential requirements of the new system for it to be of use in the challenging task of searching for Underwater Locator Beacons in the harsh offshore environment. The supplier is to deliver the services for a 12 month period with an option for a 12 month extension.         
         Estimated value excluding VAT: 200,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 24 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by the Agent if considered appropriate.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Tenders are to be priced in GBP and payment will only be made in GBP.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The group will be required to nominate a lead partner with whom the Authority can contract, or form themselves into a single legal entity before the contract is awarded.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Please refer to Invitation to Tender Documents.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Please refer to Invitation to Tender Documents.         
         Minimum Level(s) of standards possibly required:
         Please refer to Invitation to Tender Documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Please refer to Invitation to Tender Documents.         
         Minimum Level(s) of standards possibly required:
         Please refer to Invitation to Tender Documents.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   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)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PPRO 04/23/19      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 08/07/2015
      Time-limit for receipt of requests for documents or for accessing documents: 11:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 09/07/2015
         Time: 11:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Not Provided         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 90
      
      IV.3.8)Conditions for opening tenders
         Date: 09/07/2015
         Time: 11:00


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      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. Potential tenderers are required to download the Invitation to Tender (ITT) documentation via the following link http://tenders.dft.gov.uk/ppro-04-23-19/index.html in time to allow bids to be returned by 11:00am on 09 July 2015. A bidder's day is scheduled to take place on 04 June 2015 please refer to the ITT documents for further information.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=144478829
GO-2015520-PRO-6615722 TKR-2015520-PRO-6615721
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      DFT
      Group Commercial Services, Hastings, TN37 7GA, United Kingdom
      Tel. +44 02079448482, Email: ian.richardson@dft.gsi.gov.uk, URL: https://www.gov.uk/government/organisations/department-for-transport

      VI.4.2)Lodging of appeals: The DfT will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the DfT as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 20/05/2015

ANNEX A

View any Notice Addenda

Towed Flight Recorder Underwater Locator Beacon System

UK-Hastings: Sonars.

Section I: Contracting Authority
   Title: UK-Hastings: Sonars.
   I.1)Name, Addresses And Contact Point(s)
      DFT
      Group Procurement Division, Zone D/06 Ashdown House, Sedlescombe Road North, Hastings, TN37 7GA, United Kingdom
      Tel. +44 02079448482, Fax. +44 02079448440, Email: ian.richardson@dft.gsi.gov.uk, URL: www.dft.gov.uk
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Towed Flight Recorder Underwater Locator Beacon System
      II.1.2)Short description of the contract or purchase:
      Sonars. Flight recorders. The Department for Transport (DfT) is seeking to award a contract for the provision of two towed flight recorder underwater locator beacon detection systems, consisting of an Acquisition and Recording system and a Signal Processing system. The systems will be used to assist the Air Accidents Investigations Branch (AAIB) in the underwater searching and localisation of aircraft flight recorders following a crash in water.
      
      II.1.3)Common procurement vocabulary:
      38113000 - Sonars.
      
      34997100 - Flight recorders.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: PPRO 04/23/19      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 158400
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2015/S 99 - 180092 of 23/05/2015      
      IV.2.4)Date of dispatch of the original Notice: 20/05/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In both
            In the original Notice.
            In the corresponding tender documents.

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: 4.3.4            
            Instead of: 09/07/2015 Time: 11:00
            Read: 27/07/2015 Time: 11:00
            Place of dates to be modified: 4.3.8            
            Instead of: 09/07/2015 Time: 11:00
            Read: 27/07/2015 Time: 11:00
            Place of dates to be modified: 4.3.3            
            Instead of: 08/07/2015 Time: 11:00
            Read: 26/07/2015 Time: 17:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other 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. Potential tenderers are required to download the Invitation to Tender (ITT) documentation via the following link http://tenders.dft.gov.uk/ppro-04-23-19/index.html in time to allow bids to be returned by 11:00am on 27 July 2015. A bidder's day is scheduled to take place on 04 June 2015 please refer to the ITT documents for further information.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=150942350
GO-201572-PRO-6748056 TKR-201572-PRO-6748055

      VI.5)Date of dispatch: 02/07/2015
Towed Flight Recorder Underwater Locator Beacon System

UK-Hastings: Sonars.

Section I: Contracting Authority
   Title: UK-Hastings: Sonars.
   I.1)Name, Addresses And Contact Point(s)
      DFT
      Group Procurement Division, Zone D/06 Ashdown House, Sedlescombe Road North, Hastings, TN37 7GA, United Kingdom
      Tel. +44 02079448482, Fax. +44 02079448440, Email: ian.richardson@dft.gsi.gov.uk, URL: www.dft.gov.uk
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Towed Flight Recorder Underwater Locator Beacon System
      II.1.2)Short description of the contract or purchase:
      Sonars. Flight recorders. The Department for Transport (DfT) is seeking to award a contract for the provision of two towed flight recorder underwater locator beacon detection systems, consisting of an Acquisition and Recording system and a Signal Processing system. The systems will be used to assist the Air Accidents Investigations Branch (AAIB) in the underwater searching and localisation of aircraft flight recorders following a crash in water.
      
      II.1.3)Common procurement vocabulary:
      38113000 - Sonars.
      
      34997100 - Flight recorders.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: PPRO 04/23/19      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 158400
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 20/05/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Incomplete Procedure

      VI.2)Information on incomplete awarding procedure
          The contract has not been awarded.

      VI.4)Other 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. Potential tenderers are required to download the Invitation to Tender (ITT) documentation via the following link http://tenders.dft.gov.uk/ppro-04-23-19/index.html in time to allow bids to be returned by 11:00am on 09 July 2015. A bidder's day is scheduled to take place on 04 June 2015 please refer to the ITT documents for further information.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=161525114
GO-2015916-PRO-7073976 TKR-2015916-PRO-7073975

      VI.5)Date of dispatch: 16/09/2015

View Award Notice