Tender

C17CSAE/701556406 - Medium Weight Aerial Delivery (MWAD)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

02 Aug 2021 at 21:45

Summary of the contracting process

The Ministry of Defence is currently undertaking a procurement process titled "Medium Weight Aerial Delivery (MWAD)", classified under the category of security and defence equipment. The tender is active, with a submission deadline set for 12 September 2021. The value of the contract is estimated at £50 million, with a minimum value of £30 million and a contract period lasting approximately 10 years, including options for extension. The procurement method employed is a selective negotiated procedure, and the process will be managed through the Defence Sourcing Portal with various stages, including a pre-qualification questionnaire and a potential ground trials phase at RAF Brize Norton in the UK.

This tender offers significant opportunities for businesses specialising in military logistics, aerospace, and engineering solutions, particularly those capable of delivering advanced aerial delivery platforms and associated services. Companies that possess the necessary Defence Approved Organisation Scheme (DAOS) accreditation and Cyber Essentials certification will be well-positioned to compete. The procurement also encourages collaboration through subcontracting, enabling smaller firms to partner with leading contractors to fulfil the comprehensive requirements outlined by the Ministry of Defence.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

C17CSAE/701556406 - Medium Weight Aerial Delivery (MWAD)

Notice Description

The Army requires the ability to airdrop equipment and vehicles to an all-up mass of 16,000kg from the Airbus A400M Atlas aircraft (A400M) to enable Air Manoeuvre, Theatre Entry, Land Force Sustainment and Humanitarian Operations. This requirement will be delivered by platforms (onto which combat supplies and vehicles can be restrained), incorporating parachutes and ancillary equipment to enable their extraction from the A400M and safe delivery into drop zones. Requirements also include (but not limited to) spares provisioning, level 4 contractor repairs, Design Organisation (DO) and/or Coordinating Design Organisation (CDO) responsibilities, initial training, technical documentation management, and Post Design Services (PDS). Quantity or scope: The requirement is to deliver an estimated 40 (forty) initial, complete MWAD platforms up to 32 feet in length along with associated parachutes and ancillary equipment, capable of delivering payloads between 3000kgs to 12,000kgs, for dispatch from the A400M. The MWAD system must be compatible with the A400M. The contractor shall hold DO/CDO status for the entire system, including all associated assemblies (parachutes and ancillary equipment). The requirement includes provision of an in-service support solution including Level 4 repair activities (level 1-3 repairs and maintenance will be carried out by the Authority), initial ground training, technical documentation management, System Safety Management, Post Design Services (PDS) and provision of spares. The duration of the contract shall include a manufacture and transition phase followed by a 7 (seven) year support phase from Initial Operating Capability (IOC) (plus Options to extend by an additional 3 years). As the MWAD procurement relates to the provision of goods and services used for military purposes, the Authority will comply with the Defence & Security Public Contract Regulations (DSPCR 2011). The procurement will operate under the Competitive Negotiated Procedure (CNP). The Defence Sourcing Portal (DSP) will be used to manage the DPQQ and Invitation to Negotiate (ITN) 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 4 (four) respondents to the initial ITN phase. Wherein, following submission and assessment of the tender submissions, all technically and Commercially compliant bidders will be invited to a a ground trial phase. Subject to the Authority's trials assessment decision, a negotiation phase may follow. 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 and ground trials without undertaking a negotiation phase. In preparation for the ground trials phase, down-selected tenderers will be required to loan the MOD a complete system (including all associated parachutes, assemblies and ancillary equipment) on a free of charge basis, to undertake ground trials at RAF Brize Norton. The outcome of the ground trials will contribute to the determination of a Preferred Bidder. Contract award will then be dependent on the approval of an Authority led business case that will take into account the results of the trials and the preferred bidders' tender. Post contract award, the contractor will be required to support air trials and achieve system acceptance. The placement of the order for the MWAD platforms will follow this system acceptance. The Authority anticipates issuing the ITN in November 2021 followed by a bidders' conference to be held in the UK in December 2021. Ground trials conducted by ATEC at RAF Brize Norton are forecast for Q4 2022 - Q1 2023, FBC approval and contract award are forecast for mid 2023 followed by declaration of Initial Operating Capability (IOC) in 2024. 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 ITN will need to hold a Cyber Essentials [Plus] certificate and undertake a Cyber Risk Assessment on their proposed supply chain. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Cyber Risk Assessment using RAR code: 310664309. To note: The issue of this Contract Notice (CN) or any future ITN or ITN 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 Contracts Online (DCO), with a Request for Information (RFI) published 20/11/2020.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02cfba
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018508-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Negotiated
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35000000 - Security, fire-fighting, police and defence equipment

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Aug 20214 years ago
Submission Deadline
12 Sep 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
MWAD Commercial Team, attn: Herberth Matthew
Contact Email
desc17csae-commercial@mod.gov.uk
Contact Phone
+44 3001589273

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
TLJ14 Oxfordshire CC

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-02cfba-2021-08-02T22:45:02+01:00",
    "date": "2021-08-02T22:45:02+01:00",
    "ocid": "ocds-h6vhtk-02cfba",
    "description": "The Contracting Authority intends to use the Defence Sourcing Portal e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
    "initiationType": "tender",
    "tender": {
        "id": "C17CSAE/701556406",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "C17CSAE/701556406 - Medium Weight Aerial Delivery (MWAD)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35000000",
            "description": "Security, fire-fighting, police and defence equipment"
        },
        "mainProcurementCategory": "goods",
        "additionalClassifications": [
            {
                "scheme": "TED_TYPE_SUPPLIES_CONTRACT",
                "id": "PURCHASE",
                "description": "Purchase"
            }
        ],
        "description": "The Army requires the ability to airdrop equipment and vehicles to an all-up mass of 16,000kg from the Airbus A400M Atlas aircraft (A400M) to enable Air Manoeuvre, Theatre Entry, Land Force Sustainment and Humanitarian Operations. This requirement will be delivered by platforms (onto which combat supplies and vehicles can be restrained), incorporating parachutes and ancillary equipment to enable their extraction from the A400M and safe delivery into drop zones. Requirements also include (but not limited to) spares provisioning, level 4 contractor repairs, Design Organisation (DO) and/or Coordinating Design Organisation (CDO) responsibilities, initial training, technical documentation management, and Post Design Services (PDS). Quantity or scope: The requirement is to deliver an estimated 40 (forty) initial, complete MWAD platforms up to 32 feet in length along with associated parachutes and ancillary equipment, capable of delivering payloads between 3000kgs to 12,000kgs, for dispatch from the A400M. The MWAD system must be compatible with the A400M. The contractor shall hold DO/CDO status for the entire system, including all associated assemblies (parachutes and ancillary equipment). The requirement includes provision of an in-service support solution including Level 4 repair activities (level 1-3 repairs and maintenance will be carried out by the Authority), initial ground training, technical documentation management, System Safety Management, Post Design Services (PDS) and provision of spares. The duration of the contract shall include a manufacture and transition phase followed by a 7 (seven) year support phase from Initial Operating Capability (IOC) (plus Options to extend by an additional 3 years). As the MWAD procurement relates to the provision of goods and services used for military purposes, the Authority will comply with the Defence & Security Public Contract Regulations (DSPCR 2011). The procurement will operate under the Competitive Negotiated Procedure (CNP). The Defence Sourcing Portal (DSP) will be used to manage the DPQQ and Invitation to Negotiate (ITN) 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 4 (four) respondents to the initial ITN phase. Wherein, following submission and assessment of the tender submissions, all technically and Commercially compliant bidders will be invited to a a ground trial phase. Subject to the Authority's trials assessment decision, a negotiation phase may follow. 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 and ground trials without undertaking a negotiation phase. In preparation for the ground trials phase, down-selected tenderers will be required to loan the MOD a complete system (including all associated parachutes, assemblies and ancillary equipment) on a free of charge basis, to undertake ground trials at RAF Brize Norton. The outcome of the ground trials will contribute to the determination of a Preferred Bidder. Contract award will then be dependent on the approval of an Authority led business case that will take into account the results of the trials and the preferred bidders' tender. Post contract award, the contractor will be required to support air trials and achieve system acceptance. The placement of the order for the MWAD platforms will follow this system acceptance. The Authority anticipates issuing the ITN in November 2021 followed by a bidders' conference to be held in the UK in December 2021. Ground trials conducted by ATEC at RAF Brize Norton are forecast for Q4 2022 - Q1 2023, FBC approval and contract award are forecast for mid 2023 followed by declaration of Initial Operating Capability (IOC) in 2024. 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 ITN will need to hold a Cyber Essentials [Plus] certificate and undertake a Cyber Risk Assessment on their proposed supply chain. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Cyber Risk Assessment using RAR code: 310664309. To note: The issue of this Contract Notice (CN) or any future ITN or ITN 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 Contracts Online (DCO), with a Request for Information (RFI) published 20/11/2020.",
        "value": {
            "currency": "GBP",
            "amount": 50000000
        },
        "minValue": {
            "amount": 30000000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "In addition to the previously stated contract duration, the Authority may at its sole discretion extend the contract by a maximum of 3 years (taken in single or multiple year intervals). The Authority may also at its sole discretion purchase complete or part systems in addition to the number previously stated."
        },
        "hasRenewal": false,
        "contractPeriod": {
            "durationInDays": 3600
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKJ14"
                    }
                ],
                "deliveryLocation": {
                    "description": "Carterton, Oxfordshire, UK."
                }
            }
        ],
        "subcontracting": {
            "description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "As stipulated within the DPQQ and later within the ITN.",
            "languages": [
                "en"
            ]
        },
        "communication": {
            "documentAvailabilityPeriod": {
                "endDate": "2021-09-12T17:59:00+01:00"
            }
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.contracts.mod.uk/go/91787884017ACDEBA3DC",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether an Economic operator is eligible to be invited to tender. Economic operators will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Economic operators who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Economic operators who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "(a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance; (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.",
                    "minimum": "Contained within the DPQQ Guidance Notes.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Economic operators are expected to hold, or be willing to obtain Defence Approved Organisation Scheme (DAOS) accreditation in accordance with MAA Regulatory Article 5850.",
                    "minimum": "Defence Approved Organisation Scheme (DAOS) accreditation in accordance with MAA Regulatory Article 5850.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Contained within the DPQQ Guidance Notes.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "Following assessment of the DPQQ responses the Authority shall invite the four highest scoring economic operators that also meet the minimum threshold to tender for the requirement. Where there are less than four economic operators that meet the minimum threshold the Authority reserves the right (at its sole discretion) to invite less than four economic operators to tender or, cancel the procurement exercise. Further information on the criteria used for scoring each DPQQ question, the minimum threshold and allocating a final score can be found in the DPQQ and DPQQ guidance notes attached to this opportunity."
        },
        "contractTerms": {
            "otherTerms": "The successful personnel will be required to obtain the necessary security clearances following award of contract. Further detail regarding the processes to be followed and conditions to be applied will be included within the ITN.",
            "financialTerms": "As stipulated within the DPQQ and later within the ITN.",
            "tendererLegalForm": "As stipulated within the DPQQ and later within the ITN."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated",
        "secondStage": {
            "minimumCandidates": 2,
            "maximumCandidates": 4,
            "successiveReduction": true
        },
        "techniques": {
            "frameworkAgreement": {
                "period": {
                    "durationInDays": 2555
                },
                "minimumValue": {
                    "amount": 30000000,
                    "currency": "GBP"
                },
                "value": {
                    "amount": 50000000,
                    "currency": "GBP"
                }
            }
        },
        "tenderPeriod": {
            "endDate": "2021-09-12T23:59:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-24384",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Walnut 2b, # 1229, MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "MWAD Commercial Team, attn: Herberth Matthew",
                "telephone": "+44 3001589273",
                "email": "desc17csae-commercial@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-24385",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Ministry of Defence, Air Support, Walnut 2b, #1229",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3001589273",
                "email": "desc17csae-commercial@mod.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-24384",
        "name": "Ministry of Defence"
    },
    "language": "en"
}