Civil Aviation Authority is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of a Third Party Certifier and Quality Assurer of Free Running Explosive Detection Dogs (FREDDs) |
Notice type: | Contract Notice |
Authority: | Civil Aviation Authority |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Requirements for the provision of a Third Party Certifier and Quality Assurer of Free Running Explosive Detection Dogs (FREDDs) |
Published: | 19/11/2019 13:46 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Civil Aviation Authority
Aviation House, Beehive Ring Road, Crawley, RH6 0YR, United Kingdom
Tel. +44 1293573826, Email: jo.cottell@caa.co.uk
Contact: Jo Cottell
Main Address: https://www.caa.co.uk, Address of the buyer profile: https://www.caa.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Aviation Regulator
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of a Third Party Certifier and Quality Assurer of Free Running Explosive Detection Dogs (FREDDs)
Reference Number: 2796
II.1.2) Main CPV Code:
35000000 - Security, fire-fighting, police and defence equipment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Requirements for the provision of a Third Party Certifier and Quality Assurer of Free Running Explosive Detection Dogs (FREDDs)
II.1.5) Estimated total value:
Value excluding VAT: 160,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
75000000 - Administration, defence and social security services.
75222000 - Civil defence services.
73000000 - Research and development services and related consultancy services.
79710000 - Security services.
72225000 - System quality assurance assessment and review services.
73431000 - Test and Evaluation of security equipment.
24600000 - Explosives.
38546000 - Explosives detection system.
73100000 - Research and experimental development services.
73400000 - Research and Development services on security and defence materials.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Requirements for the Provision of a Third Party Certifier and Quality Assurer of Free Running Explosive Detection Dogs (FREDDs) – Regulated under the UK National Aviation Security Programme (NASP)
Under the National Aviation Security Programme (NASP), the UK has an Explosive Detection Dog (EDD) capability which requires dog and handler teams to be certified and a commitment to regular Quality Assurance (QA) to maintain standards. It is proposed that in future the certification and QA functions should be carried out by a third party accredited by the CAA on behalf of the Department for Transport (DfT). Under this arrangement, CAA will maintain oversight of the third party certification/QA provider on a continuous basis and will be responsible for ensuring that the process operates effectively. The overall policy on the use of EDD will continue to be owned by DfT.
There will be additional expert input from the Defence Science and Technology Laboratory (Dstl) who currently undertake FREDDs certification and QA on behalf of DfT
The certification and quality assurance activity is moving from a proof of concept stage and into the commercial market where, based on levels of interest already indicated by FREDDs teams, are expected to show considerable growth. There are also the potential benefits of anticipated expansion of regulated EDD provision in the UK to be considered.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 160,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Initial period of 2 years (reviewable annually) with optional further 12-month periods, which must not exceed 7 years in total.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: As stated in the Standard Selection Questionnaire (SQ) Instructions to Tenderers
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/598979B9XY
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the Standard Selection Questionnaire (SQ) Instructions to Tenderers.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2019/S 75 - 178163
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/12/2019 Time: 11:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/01/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Crawley:-Security%2C-fire-fighting%2C-police-and-defence-equipment./598979B9XY
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/598979B9XY
VI.4) Procedures for review
VI.4.1) Review body:
Centre for Dispute Resolution
International Dispute Resolution Centre, 70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: https://cedr.com/
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 19/11/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Civil Aviation Authority
Aviation House, Beehive Ring Road, Crawley, RH6 0YR, United Kingdom
Tel. +44 1293573826, Email: jo.cottell@caa.co.uk
Contact: Jo Cottell
Main Address: https://www.caa.co.uk, Address of the buyer profile: https://www.caa.co.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Other type:: Aviation Regulator
I.5) Main activity:
Other activity: Aviation Regulator
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of a Third Party Certifier and Quality Assurer of Free Running Explosive Detection Dogs (FREDDs)
Reference number: 2796
II.1.2) Main CPV code:
35000000 - Security, fire-fighting, police and defence equipment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Requirements for the provision of a Third Party Certifier and Quality Assurer of Free Running Explosive Detection Dogs (FREDDs)
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s):
75000000 - Administration, defence and social security services.
75222000 - Civil defence services.
73000000 - Research and development services and related consultancy services.
79710000 - Security services.
72225000 - System quality assurance assessment and review services.
73431000 - Test and Evaluation of security equipment.
24600000 - Explosives.
38546000 - Explosives detection system.
73100000 - Research and experimental development services.
73400000 - Research and Development services on security and defence materials.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Requirements for the Provision of a Third Party Certifier and Quality Assurer of Free Running Explosive Detection Dogs (FREDDs) – Regulated under the UK National Aviation Security Programme (NASP)
Under the National Aviation Security Programme (NASP), the UK has an Explosive Detection Dog (EDD) capability which requires dog and handler teams to be certified and a commitment to regular Quality Assurance (QA) to maintain standards. It is proposed that in future the certification and QA functions should be carried out by a third party accredited by the CAA on behalf of the Department for Transport (DfT). Under this arrangement, CAA will maintain oversight of the third party certification/QA provider on a continuous basis and will be responsible for ensuring that the process operates effectively. The overall policy on the use of EDD will continue to be owned by DfT.
There will be additional expert input from the Defence Science and Technology Laboratory (Dstl) who currently undertake FREDDs certification and QA on behalf of DfT
The certification and quality assurance activity is moving from a proof of concept stage and into the commercial market where, based on levels of interest already indicated by FREDDs teams, are expected to show considerable growth. There are also the potential benefits of anticipated expansion of regulated EDD provision in the UK to be considered.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/598979B9XY
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 551983
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 551983
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=458310960
VI.4) Procedures for review
VI.4.1) Review body
Centre for Dispute Resolution
International Dispute Resolution Centre, 70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: https://cedr.com/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 17/12/2019