France - Maintaining C-130J-30 and KC-130J aircraft in operational condition (MCO) for the French and German governments

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
03 February 2024
Opportunity publication date
05 January 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Link to the official text of the OJEU: https://ted.europa.eu/udl?uri=TED:NOTICE:767128-2023:TEXT:FR:HTML 19/12/2023 S244 France-Paris: Repair, maintenance and related services for aircraft and other equipment 2023/S 244-767128 Contract notice Services Directive 2009/81/EC Section I: Contracting authority/entity I.1) Name, address and contact point(s) Official name: MINARM/DMAé, Direction de la Maintenance Aéronautique Postal address: Balard parcelle Victor, 60 boulevard du Général Martial Valin CS21623 City: Paris Cedex 15 Postal code: 75509 Country: France To the attention of: M. le sous-directeur achats de la DMAé E-mail: [email protected] Telephone: +33 533897825 Internet address(es): General address of contracting authority/entity: http://www.marches-publics.gouv.fr Address of buyer profile: http://www.marches-publics.gouv.fr Address from which additional information may be obtained: Official name: DMAe/SDA/CGC Postal address: 223, rue de Bègles - CS 21152 City: Bordeaux Cedex Postal code: 33068 Country: France Contact point(s): Buyer "MCO C130J" E-mail: [email protected] Telephone: +33 533897825 Address from which the specifications and additional documents (including documents relating to a competitive dialogue and a dynamic purchasing system) may be obtained: Official name: This publication concerns a call for applications only. The consultation file will be sent at a later date and only to candidates admitted to tender. Postal address: Not applicable City: Not applicable Country: France Address to which tenders or requests to participate should be sent: Official name: See section VI.3 concerning additional information - "f) Methods of transmitting bids". Postal address: Not applicable City: Not applicable Country: France I.2) Type of contracting authority Ministry or any other national or federal authority, including their regional or local subdivisions I.3) Principal activity Defence I.4) Contract award on behalf of other contracting authorities/entities The contracting authority acts on behalf of other contracting authorities: no Section II: Purpose of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: Maintenance in Operational Condition of C-130J-30 and KC-130J aircraft of the French and German States. II.1.2) Type of contract and place of performance, delivery or supply of services Service category no. 1: Maintenance and repair services Main place of performance of works, delivery of supplies or supply of services: The services will be performed on the premises of the contractor, any subcontractors and on the main aircraft operating site (air base 105 in Evreux). The contractor may be required to provide services on site in mainland France, outside mainland France and abroad. Code NUTS FR France II.1.3) Information on the framework agreement II.1.4) Information on the framework agreement II.1.5) Brief description of the contract or purchase(s): The purpose of the contract is to maintain C-130J-30 and KC-130J aircraft in operational condition for the French and German governments. The services to be provided are, by way of indication: - Technical support (including central and on-site technical assistance, expert appraisals, technical and warranty examinations) and logistical support (supply of spares and ingredients, establishment of a base counter, dispatch of spares to operating sites in and outside mainland France, management of deployment batches); - Preventive (C1 and C2 airframe inspections, and occasional B and A inspections) and corrective maintenance of aircraft and their sub-assemblies; - Maintenance of specific tooling; This draft contract is subject to the procedure with negotiation in accordance with the provisions of articles L. 2324-1, L. 2324-3, R. 2324-1, R. 2324-3, R. 2361-1, R. 2361-8 to R. 2361-12. This draft contract includes both lump-sum services and other services that may be ordered by purchase order pursuant to Article R. 2362-8 of the French Public Order Code. Electronic transmission: Please refer to section VI.3 concerning additional information "f) Methods of transmitting bids". Provision of services: Pursuant to articles R. 2372-19 to R. 2372-21 of the French Public Order Code, as the contract may be subject to significant technical contingencies, it will include a proportion of supplies and services which could not be precisely defined in the initial public contract. The present publication concerns only a call for tenders. The consultation file will be sent at a later date and only to candidates admitted to tender. II.1.6) CPV (Common Procurement Vocabulary) classification 50210000 Repair, maintenance and related services relating to aircraft and other equipment II.1.7) Information on subcontracting The tenderer must indicate in its tender any part of the contract which it intends to subcontract to third parties and any proposed subcontractors, as well as the purpose of the subcontracts for which they have been proposed The tenderer must indicate any changes which have occurred with regard to subcontractors during the performance of the contract II.1..8) Lots Division into lots: no II.1.9) Variants Variants will be taken into consideration: no II.2) Quantity or scope of the contract II.2.1) Overall quantity or scope: As an indication, the fleet to be supported consists of 5 C-130J-30 aircraft and 5 KC-130J aircraft with a forecast annual flying activity of 6000 flight hours on average per year for the entire fleet. The propellers and engines of these aircraft are part of the scope to be supported. II.2.2) Information on options Options: yes description of these options: Pursuant to the provisions of Article R. 2313-2 of the French Public Order Code, the contract may include one or more optional tranche(s), as detailed in the consultation file. Services covered by optional tranches may be added to those ordered on a firm basis. The purchaser reserves the right not to firm up these tranches. provisional timetable for the exercise of these options: in months: 60 (from the date of award of the contract) II.2.3) Renewal This contract may be renewed: no II.3Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Bonding and guarantees required: III.1.2) Essential terms of financing and payment and/or references to the texts which regulate them: The contract is financed exclusively by the French Ministry of Defence and the German Federal Ministry of Defence. Payment arrangements (advance payments, progress payments, balances, etc.) comply with the provisions of articles L. 2391-2 to L. 2392-10, R. 2391-1 to R. 2391-10, R. 2391-16 to R. 2391-28 and R. 2393-24 to R. 2393-40 of the French Public Procurement Code. The type and form of pricing will be specified in the specifications. The payment period is 30 days maximum and is implemented in accordance with articles R. 2392-10, R. 2392-12 and D. 2392-11 of the French Public Order Code. Payment is made by bank transfer. The accountant in charge of payments is the accounting agent of the industrial services of armament (ACSIA) Le Vendôme III 11, rue du Rempart 93196 NOISY LE GRAND cedex. Invoices will be sent exclusively in dematerialized form. III.1.3) Legal form to be taken by the group of economic operators to whom the contract is awarded: Candidates must indicate in their application whether they are applying as an individual candidate or as a group of economic operators. The form of the grouping is not imposed. However, if the applicant is presenting itself in the form of a joint grouping, the representative will be jointly and severally liable with each member of the grouping for the performance of the contract. Candidates are prohibited from submitting several bids for the contract, acting simultaneously: 1°) as individual candidates and as members of one or more groupings; 2°) as members of several groupings. The composition of groupings may be modified, and new groupings may be formed, between the submission of applications and the submission of initial bids, if all members of the new grouping, presented at the initial bid stage, were authorized at the application stage to submit a bid or to participate in it, at least as a sub-contractor accepted at the application stage. The newly-formed consortium must comply with the requirements relating to the capacity of candidates. In addition, the provisions of articles R. 2142-23 and R. 2342-14 of the French Public Procurement Code apply. III.1.4) Other specific conditions to which the performance of the contract is subject, in particular with regard to the safety of the supply of services and the security of information: The contract will include commitments in terms of security of supply and location on the territory of the Member States of the European Union or parties to the European Economic Area of the place of performance of all or part of the services or means used to perform all or part of the contract, maintain or modernize the products acquired, in accordance with Articles L. 2112-4, R. 2312-4 and R. 2351-15 of the French Public Order Code. In the event of a crisis, these commitments will make it possible to guarantee satisfaction of firm orders, and to meet any additional requirements. Additional specific provisions are given in section VI.3) Additional information - h) Other specific conditions to which performance of the contract is subject. III.1.5) Security clearance: III.2) Participation conditions III.2.1) Personal situation Criteria relating to the personal situation of economic operators (likely to lead to their exclusion), including requirements relating to their entry in a professional or trade register Information and formalities necessary for assessing whether these requirements are met: Each candidate (or grouping) must provide the elements listed below, failing which its application will be rejected (in addition, the purchaser may reject any candidate or grouping it considers not to have sufficient capacity to obtain the contract). Applicants must : - fill in the latest versions of the DC1 and DC2 forms in their entirety, which can be accessed at http://www.economie.gouv.fr/daj/formulaires-declaration-du-candidat; - provide all information justifying their nationality and professional competence, in accordance with paragraphs 2° and 3° of article R. 2343-3 of the French Public Order Code: for candidates established in France: provide the unique identification number (SIREN); for candidates established abroad: - where registration of the company in a professional register is compulsory in the country of establishment or domicile, provide one of the following documents: a) a document issued by the authorities holding the professional register, or an equivalent document certifying such registration; b) a quotation, advertising document or professional correspondence, provided that the name or corporate name, the full address and the nature of the entry in the professional register are mentioned; c) for companies in the process of being set up, a document less than six months old issued by the authority empowered to receive the entry in the professional register and attesting to the application for registration in the said register; - where the competent authorities in the company's country of origin or establishment do not issue such a document, or where it is incomplete, it may be replaced by a sworn statement or, in countries where no such procedure exists, by a solemn declaration made by the interested party before a competent judicial or administrative authority, a notary or a qualified professional body in the company's country of origin or establishment; documents submitted in a language other than French must be accompanied by a French translation. In the event of any contradiction between the two documents, the French version shall prevail. Criteria relating to the personal situation of subcontractors (likely to lead to their rejection), including requirements relating to their registration in a professional or trade register Information and formalities necessary for assessing whether these requirements are met: Within the meaning of Article L. 2193-2 of the French Public Procurement Code, a subcontractor is an economic operator with whom the contract holder enters into a subcontract for the purpose of carrying out part of the contract. Each subcontractor must be approved by the purchaser. To this end, each subcontractor must be declared to the purchaser, and must complete the latest version of the subcontracting declaration form (DC4) available at the following website: http://www.economie.gouv.fr/daj/formulaires-declaration-du-candidat . Subcontractors may be rejected by the purchaser in accordance with Articles L. 2393-8, R. 2393-21 and R. 2393-22 of the French Public Order Code. III.2.2) Economic and financial capacity Criteria relating to the economic and financial situation of economic operators (likely to lead to their exclusion) Information and formalities necessary for assessing whether these requirements are met: The candidate must provide the information requested below in section F of the aforementioned DC2 form. Candidates must provide : - a statement of overall annual turnover and turnover in the field of activity covered by the contract, covering the last three financial years available, depending on the date on which the company was set up or the economic operator started trading, insofar as information on these figures is available; - an appropriate bank declaration or, where applicable, proof of insurance against relevant professional risks; - balance sheets or excerpts from balance sheets, covering the last three years of economic operators for whom the drawing up of balance sheets is compulsory by law. Minimum specific level(s) required: The average annual turnover of the candidate (or grouping) over the last three known financial years must be equal to or greater than 148,000,000 euros (If the candidate or grouping relies on its subcontractors to justify its financial capacity, this information can be provided by indicating the elements shown in block H of the DC4 subcontracting declaration form mentioned above). Criteria relating to the economic and financial situation of subcontractors (likely to lead to their rejection) III.2.3) Technical and/or professional capacity Criteria relating to the technical and/or professional capacity of economic operators (likely to lead to their exclusion) Information and formalities required to assess whether these requirements have been met: The candidate (or grouping) must provide proof that it has the skills and technical resources to carry out the contract in relation to the indicative quantities specified in § II.2.1). A list of the main services provided over the last five years for the maintenance of turboprop aircraft with a takeoff weight of over 5,700 kg and for continuing airworthiness management, indicating the amount, date and public or private recipient. Evidence of relevant products or services supplied more than five years ago will be taken into account. The provision of services shall be proven by certificates from the recipient or, failing this, by a declaration from the economic operator; - a statement indicating its average annual workforce and the number of managerial staff over the last three years, in relation to the subject of the contract, and more particularly: identification of the proportion of technical executives assigned to the management of maintenance work (scope 145) and to the management of continuing airworthiness (scope M); - a description of the diplomas and professional qualifications of the personnel assigned to continuing airworthiness management tasks, or any other element demonstrating their skills in the field indicated; - a description of the means of production (infrastructure, tools, material and technical equipment) available to the candidate and its planned subcontractors to carry out the contract in question, with an indication of their geographical location; - or any other element demonstrating its ability to work on C-130Js, or proof that it has already worked on C-130Js. In addition, the bidder (or consortium) must provide proof that it has: - a quality assurance management system whose scope of certification is consistent with the purpose of the contract. To this end, they may enclose with their application a copy of a valid certificate of ISO 9001 or equivalent quality assurance in its most recent version, or failing this, a presentation of the company's quality assurance manual; - an environmental management system. To this end, applicants may enclose a copy of a valid certificate attesting to an ISO 14001 or equivalent level of environmental management, or failing this, a presentation of the company's environmental approach. - a description of the supply circuits, including any customs procedures and transport of ITAR-compliant components, available to the applicant to carry out the public contract or to ensure the maintenance, modernization or adaptation of the supplies covered by the public contract, with an indication of their geographical location if outside Europe; - an indication of the supply chain management and monitoring systems that the applicant will be able to implement to carry out the contract covered by the consultation. Minimum specific level(s) required - To hold at least one current certificate of approval as a civil or military maintenance organization issued by the DSAÉ or an authority recognized by the DSAÉ, covering maintenance services on aircraft equipped with turboprop engines weighing over 5700 kg or identical to that covered by the consultation. Copies of the associated valid approvals must be supplied. This minimum level must be held by the applicant (or one of the members of the consortium). Criteria relating to the technical and/or professional capacity of subcontractors (likely to lead to their rejection) Information and formalities required to assess whether these requirements are met: If the candidate (or grouping) relies on other economic operators (sub-contractors within the meaning of Article L. 2393-1 of the French Public Procurement Code), it must provide the same evidence of the capacities of these operators, and provide proof that it will have them available to carry out the contract. This proof may be provided by any appropriate means. Subcontractors may be rejected by the purchaser in accordance with Articles L. 2393-8, R. 2393-21 and R. 2393-22 of the French Public Order Code. III.2.4) Information on reserved contracts III.3) Conditions specific to service contracts III.3.1) Information concerning the profession The service is reserved for a particular profession: no III.3.2) Personnel responsible for carrying out the service Legal entities are required to indicate the names and professional qualifications of the personnel responsible for carrying out the service: no Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure Negotiated IV.1.2) Limits on the number of operators invited to tender or participate IV.1.3) Reduction in the number of operators during the negotiation or dialogue Use of a procedure in successive phases to progressively reduce the number of solutions to be discussed or offers to be negotiated no IV.2) Award criteria IV.2.1) Award criteria Economically most advantageous offer, assessed on the basis of the following criteria criteria set out in the specifications, in the invitation to tender or to negotiate, or in the descriptive document IV.2.2) Electronic auction An electronic auction has been used: no IV.3) Administrative information IV.3.1) Reference number allocated to the file by the contracting authority: DMAe-23-MNCAP-014 IV.3.2) Previous publication(s) concerning the same contract no IV.3.3) Conditions for obtaining the specifications and additional documents or the descriptive document IV.3.4) Deadline for receipt of tenders or requests to participate 3.2.2024 - 12:00 IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates IV.3.6) Language(s) which may be used in the tender or request to participate French. Section VI: Additional information VI.1) Renewal This is a renewable contract: no VI.2) Information on European Union funds The contract is part of a project/programme financed by European Union funds: no VI.3a) Economic operators from non-EU or non-EEA countries: In accordance with Article R. 2342-7 of the French Public Procurement Code, this procedure is not open to economic operators from non-EU or non-EEA countries. b) Airworthiness information : If candidates do not hold EMAR/FR 145 approval, issued by the DSAÉ for the C-130J-30 and KC-130J aircraft and the AE 2100D3 engine, the contracting authority may require them to undertake to submit a complete application file to the DSAÉ within one month of notification of the contract, in order to obtain the EMAR/FR 145 approvals (contractor or subcontractor in charge of maintenance services), within 12 months of notification of the contract, and to maintain this approval for the duration of the contract, in compliance with instruction no. 1693/ARM/DSAÉ of June 11, 2019, known as the "EMAR/FR instruction" relating to the continuing airworthiness of military and government-owned aircraft. The contracting authority may require candidates to undertake to comply with the requirements of the employing authority for the performance of the flights entrusted to the contractor, in particular in terms of qualification and maintenance of competence of its crews, and to submit for approval by the EAA its operations manual covering the performance of these flights. The contracting authority may require candidates to undertake to supply parts or equipment, other than standard parts, maintained under the contract by maintenance organizations holding an approval issued or recognized by the State Aeronautical Safety Authority (DSAÉ) or accompanied by recognized or equivalent acceptance documents approved by the State Aeronautical Safety Authority. The contracting authority may require candidates to undertake to provide repair solutions or modifications approved by the technical authorities (DGA for French aircraft and LufABw for German aircraft) or under cover of a recognition of design suitability issued or recognized by the technical authorities (DGA for French aircraft and LufABw for German aircraft) within the scope of the C-130J-30 and KC-130J aircraft. The contracting authority may require candidates to undertake to supply and use under the contract new spare parts for products, parts or equipment (excluding standard parts and equipment excluded from the scope of application of the decree of May 3, 2013 laying down rules for the continued airworthiness of military aircraft and aircraft belonging to the State and used by customs services, public security and civil security services) produced by organizations covered by a production suitability certificate issued or recognized by the DGA technical authority, or accompanied by equivalent acceptance documents approved by the DGA technical authority. c) Measures to control access by external contractors to Ministry of Defence sites : The services to be provided under this draft contract are likely to require access to one or more of the following categories: a closed military site, a point of vital importance (PIV), a protected zone, a reserved zone, a restricted zone, a restricted nuclear zone. The provisions of the French Defense Code, Interministerial General Instruction no. 1300 on the protection of national defense secrets (hereinafter referred to as "IGI 1300" - Order of August 9, 2021 approving the said instruction), Ministerial Instruction n° 900 on the protection of secrecy and restricted and sensitive information (known as "IM 900" in the following text - Order of March 15, 2021 approving the said instruction), the penal code and specific regulations as well as those of the prevention plan for each right-of-way concerned will be applicable according to the category of right-of-way concerned. The draft contract which is the subject of the present notice provides for the possibility for the contracting authority to implement an administrative inquiry for intelligence and security purposes with regard to natural and legal persons from outside the Ministry of the Armed Forces who may be required to work on a Ministry of the Armed Forces right-of-way under the present contract. This administrative inquiry, prior to access to sensitive sites, will be strictly regulated by each right-of-way. It is used to authorize or refuse access to the Ministry site. Operators concerned should contact the site manager or representative in good time to find out the precise access requirements. In the event of access to areas covered by different regimes, the most stringent regime will be applied. d) Measures to control access by external operators to sites not under the control of the Ministry of the Armed Forces, but covered by special protection regimes (e.g. airports) The present draft contract provides for access to areas covered by different protection regimes. In such cases, the most stringent regime will be implemented by the site manager with regard to the individual operator and the legal entity to which he/she belongs. The operators concerned must contact the site manager or his representative, with sufficient advance notice, to find out about the precise obligations in terms of access. e) Constraints linked to the protection of secrecy envisaged for the contract. The procurement project covered by this notice is sensitive, in accordance with the provisions of article 5.3.2 of IGI 1300 on the protection of national defense secrets and of IM 900 on the protection of secrecy and restricted and sensitive information. The legal entity applying for this sensitive procurement project may be subject to an administrative inquiry for intelligence and security under the conditions set out in point 3.9 of IM 900. In view of the sensitive nature of the contract, personnel (notably of the contractor, a subcontractor or any other economic operator) who are to carry out the contract on Ministry of the Armed Forces sites, will be subject to an administrative inquiry for intelligence and security purposes on the basis of information sent to the administration in advance. f) Methods of transmitting bids (excluding elements relating to the protection of secrecy) : Pursuant to articles R. 2332-9 to R. 2332-16 of the French Public Order Code, electronic transmission of application and tender documents is authorized. Envelopes may be transmitted either electronically via the French government's purchasing platform (PLACE), or on a physical medium (paper, USB key). NOTE: Electronic signature of documents submitted at the application stage is not mandatory. The provisions below relating to electronic signature apply to candidates wishing to voluntarily sign the documents submitted as part of their application. The other provisions relating to the conditions for sending bids electronically apply to all candidates. Conditions for sending bids electronically: 1) How to download the tender documents The tender documents can be downloaded from the French government purchasing platform (PLACE) at www.marchespublics.gouv.fr or via the portals www. armement.defense.gouv.fr and www.achats.defense.gouv.fr . This can be done either by logging in, so as to be informed of any changes to the tender documents, or by downloading them anonymously. To be informed of exchanges with the purchaser, the economic operator must check that the address for exchanges with the PLACE 'nepasrepondre marches-publics.gouv.fr' is accessible or whitelisted to bypass the proxy server filters used by companies. This procedure consists of an application phase and a tender phase. Note: after selection of the candidates, in order to access the DCE and submit their bids, the selected candidates must also enter the relevant ministry, the exact reference of the consultation and a restricted access code supplied by the public authority. 2) Transmission of files Economic operators wishing to transmit their bids electronically or on a physical electronic medium must : - obtain a digital certificate in compliance with the decree of March 22, 2019 on the electronic signature of public procurement contracts, which can be accessed at www.legifrance.gouv.fr ; - identify themselves (which requires prior registration on the PLate-forme des Achats de l'Etat (PLACE) www.marches-publics.gouv.fr ). Successful candidates will also be required to enter the relevant ministry, the exact reference number of the consultation and a restricted access code supplied by the public authority, in order to submit their bids electronically. Electronic responses can be submitted on the PLACE website (www.marchespublics.gouv.fr) or via the www.achats.defense.gouv.fr or www.armement.defense.gouv.fr portals. Two types of response are possible: - an express response, enabling the user to submit his application in the form of a compressed file (ZIP equivalent), which will then be signed on submission, and possibly other documents requiring his own signature, such as the DC1, which must also be signed individually (documents which will be mentioned in the consultation regulations); - a step-by-step response, enabling the user to sign the files making up his application individually, and then submit his response. In this way, the operation of signing the documents is dissociated from the operation of submitting the envelope. The documents will have been signed beforehand by the person with authority to bind the company, so it is not necessary in this response mode for the person submitting the application on the platform to have an electronic signature certificate. The commitment form for the bid phase must be signed individually before being included in the envelope. Note 1: To be informed of exchanges with the purchaser, the economic operator must check that the address for exchanges with the PLACE ' [email protected] ' is accessible or whitelisted to pass the proxy server filters in place in companies. Note 2: When the economic operator sends its signed electronic envelope, it receives in return an electronic acknowledgement of receipt of its submission. Any electronic submission received after the deadline will not be accepted. The same applies to incomplete responses. The digital certificate enables all electronically transmitted documents to be digitally signed. Thus, for economic operators who choose the electronic transmission mode, their documents are signed electronically, preferably on the PLate-forme des AChats de l'Etat (PLACE), either at the time of dispatch for the express response mode, or prior to dispatch for the step-by-step response mode. It is therefore not necessary to attach documents with a digitized handwritten signature. If the candidate does not use the PLACE signature tool, it must comply with the following two obligations: - Produce XAdES, CAdES, PAdES signature formats; - Provide the procedure and/or technical means for verifying the validity of the signature in accordance with the decree of March 22, 2019 on the electronic signature of public procurement contracts. More specifically, applicants using a signature tool other than the one offered by the PLACE platform or the one integrated into the "ACROBAT READER DC" tool must provide the signature validity verification software (or the Internet link enabling access to it, depending on the certificate supplier) enabling the elements listed in article 5 of the aforementioned decree to be verified. Transmitted documents must be compressed. The formats used for electronic transmission or sending on an electronic medium of the bids (applications) must be chosen from a widely available format: Word 2016, Excel 2016, PowerPoint 2016, PDF, JPG, zip (winzip, filzip, etc.) or equivalent, all PC compatible; the administration must be able to read and print the files received. Failing this, applicants may choose to send their documents on paper. Economic operators who choose to submit their response electronically have the option of submitting a backup copy on a physical electronic medium or on paper within the time allowed for the submission of applications or tenders. The sealed envelope must be legibly marked "copie de sauvegarde". In the event of difficulties with the PLate-forme des AChats de l'Etat (PLACE), a telephone hotline is available to companies. To access this service, companies must first complete an online assistance request form accessible via the "Help" tab. Conditions for sending envelopes by post or by courier: Envelopes must be sent by any sealed method that allows the date and time of receipt to be determined with certainty. In order to be accepted, applications must be received no later than the closing date and time for receipt of applications. The following are accepted - registered letter with acknowledgement of receipt sent to the following address: DMAé/SDA/CGC 223, rue de Bègles CS21152 33068 Bordeaux Cedex ; - applications delivered by hand to Base aérienne 106, DMAé, Sous-direction achats, Cellule gestion des contrats, 227 avenue de lArgonne, CS 70037, 33693 MERIGNAC CEDEX Hours for receipt of bids by hand: Monday to Thursday: 9H00 12H00 and 13H30 16H00 and Friday: 9H00 12H00 Envelopes containing applications must be sent to the Contract Management Unit of the DMAé Purchasing Division. In addition to the address to which applications must be sent, they must bear the following wording: "Maintien en Condition Opérationnelle des avions C-130J-30 et KC-130J des Etats français et allemand - NE PAS OUVRIR". Applications and offers sent by fax or e-mail will not be accepted. g) Minimum period during which the bidder is required to maintain its offer: The period of validity of offers will be defined in the dossier de consultation des entreprises (DCE). h) Other specific conditions to which the performance of the contract is subject: Location: In accordance with article L. 2312-1 of the French Public Procurement Code, the consultation documents will include requirements relating to the location on the territory of Member States of the European Union or parties to the European Economic Area of the resources used to carry out all or part of the contract, or to maintain or modernize the products acquired. In particular, Check C cell maintenance visits must be carried out on the territory of EU member states or parties to the European Economic Area. Security of supply: The DCE will contain provisions relating to security of supply. When submitting tenders, the contracting authority may require bidders to provide a complete list of all contract items subject to foreign administrative authorization or to special employment restrictions imposed by a foreign state, specifying the conditions attached to the administrative authorization. Technical mastery If candidates do not possess approval certificates issued by Lockheed Martin for the C-130 aircraft and Rolls Royce for the AE 2100D3 engine, the contracting authority may require them to undertake (contractor or subcontractor in charge of maintenance services) to obtain "Lockheed Martin Approved C-130 Service Centers" and "Rolls Royce Authorized Maintenance Center" approvals for the AE 2100D3 engine, within 6 months of contract notification, and to maintain these approvals for the duration of the services. Applicants will be informed of the presence of radioactive sources in certain aircraft equipment. French candidates may be asked to provide an authorization for the distribution of radioactive sources issued by the French nuclear safety authority (ASN), or failing this, an undertaking to submit an application for authorization to distribute radioactive sources to the ASN as soon as the contract is notified. For foreign candidates, a declaration of compliance with local regulations on the distribution of radioactive sources may be requested. Subcontracting: In accordance with article L. 2393-7 and article R. 2393-4 of the French Public Order Code, it is forbidden to subcontract the following essential service: carrying out cell maintenance visits. Language: In accordance with article R. 2343-19 of the French Public Order Code, documents submitted in support of applications in a language other than French must be accompanied by a French translation. In the event of contradiction between the two documents, the French version shall prevail. Contract duration: The duration indicated in section II 3 is purely indicative. False declaration: Candidates who make false declarations may be penalized under article 441-1 of the French penal code for forgery and use of forgeries. VI.4) Appeals procedures VI.4.1) Body responsible for appeals procedures Official name: Tribunal administratif de Paris Postal address: 7 rue de Jouy City: Paris cedex 4 Postal code: 75181 Country: France E-mail: [email protected] Téléphone: +33 144594400 Fax: +33 144594646 Adresse internet: http://paris.tribunal-administratif.fr VI.4.2) Introduction of appeals VI.4.3) Service from which information may be obtained on the introduction of appeals Official name: Tribunal administratif de Paris (see contact details above). Country: France VI.5) Date of publication of this notice: 14.12.2023 Receive similar notices

Opportunity closing date
03 February 2024
Value of contract
to be confirmed

About the buyer

Address
Ministère des Armées - DGA - SCA FRANCE

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?