Notice Information
Notice Title
Provision of Parachute Packing and Maintenance in the UK
Notice Description
The UK MOD has a requirement for the provision of a parachute packing, maintenance and inventory management service, based in the UK, in support of the MOD's parachuting programme which conducts an estimated 15,000-25,000 parachute descents per annum. The duration of this requirement will be for 5 years, however, the Authority may at its sole discretion extend the contract by a maximum of 2 years (taken in single or multiple year intervals). The Parachute Equipment that will be supported includes, but is not limited to, various types of precision, low level, mass insertion, cargo parachutes and reserves along with associated ancillary equipment such as parachute release assemblies, carrying straps and life preservers ('Parachute Equipment'). New parachute systems may be brought into UK MOD service and into the scope of the requirement during the life of the contract. The required service will include: - packing and re-packing of UK military personnel and cargo Parachute Equipment with a quick turnaround to meet the Authority's operational and exercise plans. This will include the washing and drying of Parachute Equipment when necessary, in accordance with procedures dictated by the Authority; - maintenance of Parachute Equipment which will include, but is not limited to, scheduled and unscheduled maintenance, repairs, modifications, Special Instructions (Technical) updates and inspections in accordance with the Authority's procedures and timescales. These maintenance activities are to be undertaken at a UK facility provided by the successful tenderer, however, there may be a requirement by exception to provide this service from other UK locations when directed by the Authority; - an out of hours Point of Contact for urgent enquiries; - transportation of Parachute Equipment to and from RAF Brize Norton and other locations across the UK as required; - providing a dedicated storage facility of approximately 80,000 square feet which is climate controlled and fully equipped for storage of up to 20,000 items of Parachute Equipment; - managing data capture on equipment conditions, providing the Authority with updates on the status of parachute inventory and managing replenishment activities to maintain a consistent availability of equipment; - safe disposal of Parachute Equipment as and when required; - training of MOD personnel in Personnel and cargo Parachute Equipment packing and maintenance All work is to be conducted in accordance with the latest Civil and Military airworthiness regulations. There may also be a requirement to perform further ad-hoc tasks upon formal request by the Authority. Link to DPQQ - https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56423 DPQQ clarification question deadline - 16:00 GMT on Friday 10th Nov 2023. DPQQ submission deadline - 16:00 GMT on Monday 20th Nov 2023. If you experience any difficulties, please contact the DSP Supplier Helpdesk - customersupport@jaggaer.com. Additional information: As this procurement relates to the provision of services used for military purposes, the Authority will comply with the Defence & Security Public Contract Regulations (DSPCR 2011). The procurement will operate under the negotiated procedure with prior publication of a contract notice (the "competitive negotiated procedure"). The Defence Sourcing Portal (DSP) will be used to manage the DPQQ and Invitation to Tender (ITT) process, including evaluation. Access to the DSP is required to complete the DPQQ and it is recommended that access is requested via Supplier Registration Page. Following DPQQ evaluation, the Authority intends to invite a maximum of 5 (five) respondents to the ITT phase. The Authority reserves the right to award the Contract to the Most Economically Advantageous Tender (MEAT) in accordance with the scoring criteria following evaluation of the tenders. The Authority trades using the electronic 'Contracting, Purchasing & Finance' system (CP&F). Before completing the DPQQ, any interested parties should ensure that they have the ability to trade electronically, and the willingness connect to the CP&F System in the event of being successful. A Cyber Risk Assessment has been conducted for this requirement to ascertain the level of Cyber Risk present. The result of this assessment is that a Cyber Risk level of 'Very Low' exists and therefore successful respondents invited to ITT will need to meet Cyber Essentials requirements. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Supplier Assurance Questionnaire using RAR code: 131900429 For further information refer to Def Stan 05-138, available at: https://www.gov.uk/government/publications/cyber-security-for-defence-suppliers-def-stan-05-138 The issue of this Contract Notice (CN) or any future ITT or ITT material is not a commitment by the Authority to place a contract as a result of this competition or at a later stage. Any expenditure, work or effort undertaken prior to any offer and subsequent acceptance of contract, is a matter solely for your commercial judgement. The Authority has conducted previous industry engagement using Defence Sourcing Portal, with a Request for Information (RFI) published 12/11/2021. https://www.contracts.mod.uk/esop/toolkit/opportunity/past/52781/detail.si 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-99437fd7-e8c1-4d95-9c2b-a9dfe143f5ed
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/83dee969-286d-4ebf-877f-7f01550636fd
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
75 - Administration, defence and social security services
-
- CPV Codes
39523000 - Parachutes
75221000 - Military defence services
Notice Value(s)
- Tender Value
- £28,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Oct 20232 years ago
- Submission Deadline
- 20 Nov 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Aug 2024 - 31 Mar 2029 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- C17CSAE Commercial Team
- Contact Email
- desc17csae-commercial@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS34 8JH
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK52 Bath & North East Somerset and South Gloucestershire
- Delivery Location
- Not specified
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/83dee969-286d-4ebf-877f-7f01550636fd
20th October 2023 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-99437fd7-e8c1-4d95-9c2b-a9dfe143f5ed-2023-10-20T10:33:00+01:00",
"date": "2023-10-20T10:33:00+01:00",
"ocid": "ocds-b5fd17-99437fd7-e8c1-4d95-9c2b-a9dfe143f5ed",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_372765/1268891",
"title": "Provision of Parachute Packing and Maintenance in the UK",
"description": "The UK MOD has a requirement for the provision of a parachute packing, maintenance and inventory management service, based in the UK, in support of the MOD's parachuting programme which conducts an estimated 15,000-25,000 parachute descents per annum. The duration of this requirement will be for 5 years, however, the Authority may at its sole discretion extend the contract by a maximum of 2 years (taken in single or multiple year intervals). The Parachute Equipment that will be supported includes, but is not limited to, various types of precision, low level, mass insertion, cargo parachutes and reserves along with associated ancillary equipment such as parachute release assemblies, carrying straps and life preservers ('Parachute Equipment'). New parachute systems may be brought into UK MOD service and into the scope of the requirement during the life of the contract. The required service will include: - packing and re-packing of UK military personnel and cargo Parachute Equipment with a quick turnaround to meet the Authority's operational and exercise plans. This will include the washing and drying of Parachute Equipment when necessary, in accordance with procedures dictated by the Authority; - maintenance of Parachute Equipment which will include, but is not limited to, scheduled and unscheduled maintenance, repairs, modifications, Special Instructions (Technical) updates and inspections in accordance with the Authority's procedures and timescales. These maintenance activities are to be undertaken at a UK facility provided by the successful tenderer, however, there may be a requirement by exception to provide this service from other UK locations when directed by the Authority; - an out of hours Point of Contact for urgent enquiries; - transportation of Parachute Equipment to and from RAF Brize Norton and other locations across the UK as required; - providing a dedicated storage facility of approximately 80,000 square feet which is climate controlled and fully equipped for storage of up to 20,000 items of Parachute Equipment; - managing data capture on equipment conditions, providing the Authority with updates on the status of parachute inventory and managing replenishment activities to maintain a consistent availability of equipment; - safe disposal of Parachute Equipment as and when required; - training of MOD personnel in Personnel and cargo Parachute Equipment packing and maintenance All work is to be conducted in accordance with the latest Civil and Military airworthiness regulations. There may also be a requirement to perform further ad-hoc tasks upon formal request by the Authority. Link to DPQQ - https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56423 DPQQ clarification question deadline - 16:00 GMT on Friday 10th Nov 2023. DPQQ submission deadline - 16:00 GMT on Monday 20th Nov 2023. If you experience any difficulties, please contact the DSP Supplier Helpdesk - customersupport@jaggaer.com. Additional information: As this procurement relates to the provision of services used for military purposes, the Authority will comply with the Defence & Security Public Contract Regulations (DSPCR 2011). The procurement will operate under the negotiated procedure with prior publication of a contract notice (the \"competitive negotiated procedure\"). The Defence Sourcing Portal (DSP) will be used to manage the DPQQ and Invitation to Tender (ITT) process, including evaluation. Access to the DSP is required to complete the DPQQ and it is recommended that access is requested via Supplier Registration Page. Following DPQQ evaluation, the Authority intends to invite a maximum of 5 (five) respondents to the ITT phase. The Authority reserves the right to award the Contract to the Most Economically Advantageous Tender (MEAT) in accordance with the scoring criteria following evaluation of the tenders. The Authority trades using the electronic 'Contracting, Purchasing & Finance' system (CP&F). Before completing the DPQQ, any interested parties should ensure that they have the ability to trade electronically, and the willingness connect to the CP&F System in the event of being successful. A Cyber Risk Assessment has been conducted for this requirement to ascertain the level of Cyber Risk present. The result of this assessment is that a Cyber Risk level of 'Very Low' exists and therefore successful respondents invited to ITT will need to meet Cyber Essentials requirements. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Supplier Assurance Questionnaire using RAR code: 131900429 For further information refer to Def Stan 05-138, available at: https://www.gov.uk/government/publications/cyber-security-for-defence-suppliers-def-stan-05-138 The issue of this Contract Notice (CN) or any future ITT or ITT material is not a commitment by the Authority to place a contract as a result of this competition or at a later stage. Any expenditure, work or effort undertaken prior to any offer and subsequent acceptance of contract, is a matter solely for your commercial judgement. The Authority has conducted previous industry engagement using Defence Sourcing Portal, with a Request for Information (RFI) published 12/11/2021. https://www.contracts.mod.uk/esop/toolkit/opportunity/past/52781/detail.si 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.",
"datePublished": "2023-10-20T10:33:00+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "39523000",
"description": "Parachutes"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75221000",
"description": "Military defence services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 24000000,
"currency": "GBP"
},
"value": {
"amount": 28000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
"tenderPeriod": {
"endDate": "2023-11-20T16:00:00Z"
},
"contractPeriod": {
"startDate": "2024-09-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/83dee969-286d-4ebf-877f-7f01550636fd",
"datePublished": "2023-10-20T10:33:00+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-261944",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Ministry of Defence, Air Support, C17CSAE NH1 Atrium, #1027 Bristol, BS34 8JH, United Kingdom",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "England"
},
"contactPoint": {
"name": "C17CSAE Commercial Team",
"email": "DESC17CSAE-Commercial@mod.gov.uk"
},
"details": {
"url": "https://contracts.mod.uk/web/login.html"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-261944",
"name": "Ministry of Defence"
}
}