Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
High Wycombe
Contact
Kyle Marfil
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Ministry of Defence
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
701578874 - Southern Region Airfield Wildlife Control Contract
Reference number
701578874
two.1.2) Main CPV code
- 90700000 - Environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contractor shall provide an effective and efficient wildlife control system in accordance with the regulation and guidance given in the Military Aviation Authority (MAA) Regulatory Article (RA) 3270 and the RA 3500 series. The specified references shall be deemed to imply the current editions as from time to time amended. The aim is to reduce the presence of hazardous birds and wildlife in and around the vicinity of the aerodromes at RAF Benson, RAF Brize Norton, RAF Northolt and RAF Odiham by means of observation, recording, reporting and survey, assessing the local wildlife population, wildlife behaviour and the effect on aircraft flying at or near that aerodrome, and taking appropriate action to reduce the hazard. Where wildlife control activity is necessary outside the boundaries of the aerodrome, the Contractor shall liaise directly with occupiers of land in the vicinity and Airfield Wildlife Control Units (AWCU) at neighbouring aerodromes (i.e. within the 13km safeguarding zone) with a view to reducing the air safety risk posed by that site.
two.1.5) Estimated total value
Value excluding VAT: £3,337,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90721800 - Natural risks or hazards protection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Contractor shall provide an effective and efficient wildlife control system in accordance with the regulation and guidance given in the Military Aviation Authority (MAA) Regulatory Article (RA) 3270 and the RA 3500 series. The specified references shall be deemed to imply the current editions as from time to time amended. The aim is to reduce the presence of hazardous birds and wildlife in and around the vicinity of the aerodromes at RAF Benson, RAF Brize Norton, RAF Northolt and RAF Odiham by means of observation, recording, reporting and survey, assessing the local wildlife population, wildlife behaviour and the effect on aircraft flying at or near that aerodrome, and taking appropriate action to reduce the hazard. Where wildlife control activity is necessary outside the boundaries of the aerodrome, the Contractor shall liaise directly with occupiers of land in the vicinity and Airfield Wildlife Control Units (AWCU) at neighbouring aerodromes (i.e. within the 13km safeguarding zone) with a view to reducing the air safety risk posed by that site.
Specification, locations and quantities are detailed in the procurement documentation which is available on the Defence Sourcing Portal www.contracts.mod.uk
In order to participate, suppliers must log into the Defence Sourcing Portal via www.contracts.mod.uk, express interest and complete a Pre-Qualifying Questionnaire (PQQ). Further details on the PQQ can be found at section
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,337,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2022
End date
28 February 2027
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is the Authority's intention to down select to between approximately 7 of the highest scoring suppliers who will be invited to tender providing they meet the overall score of a pass within the PQQ. If a supplier receives a fail to any question within the PQQ, they will automatically fail the evaluation and not be invited to participate further.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Suitability requirements are as detailed in the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 October 2021
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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.
Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/modcontracting-purchasing-and-finance-e-procurement-system.
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 forgotten username/password link on the homepage.
The deadline for submitting your response(s) is detailed within this contract notice. 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 E-Sourcing Helpdesk using the following contact details:
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence
High Wycombe
Country
United Kingdom