Notice Information
Notice Title
New Medium Helicopter contract reference 702091450
Notice Description
The Ministry of Defence (MoD) is considering the procurement of up to 44 New Medium Helicopters (NMH) to replace existing rotorcraft systems for Army and Strategic Commands. The scope of the contract will also include the provision of training capabilities and a maintenance/spares package as well as design organisation scope. The purpose of this Contract Notice is to invite potential and interested suppliers to formally express interest in participating in this procurement by completing a DPQQ found on the Defence Sourcing Portal (DSP) linked to this Notice. The high-level requirement for this procurement consists of: i. A range of up to 44 platforms. ii. Design Organisation integration services for Government Furnished Assets (GFA) and Mission Role Equipment (MRE). iii. Up to 2 x aircrew and rearcrew Flight Simulation Training Devices (FSTD) at the UK Main Operating Base (MOB). iv. Training courses for Qualified Helicopter Instructors (QHIs), aircrew and groundcrew maintainers. v. Courseware material for enduring aircrew and maintainer training. vi. An Initial In-Service Support Package, to include: * Initial Provisioning Spares. * Deployed Support Packages (DSPs). * Ground Support Equipment and Specialist Tooling. * Technical Publications and Aircrew Publications. * Logistics (Spares) Management. * Forward and Depth Maintenance. * Design Organisation (DO) modifications and technical support. New Medium Helicopters (NMH) intends to rationalise its existing multiple rotary wing requirements into one platform-type, maximising commonality in order to improve efficiency and operational flexibility. NMH will provide a common medium lift multi-role helicopter, fitted for, but not with, specialist Mission Role Equipment (MRE) and able to operate in all environments in support of defence tasks. The contract duration is anticipated to be 7 years (as referred to in section II.3) but will be determined by the agreed production schedule that will reflect the supplier's ability to complete delivery of aircraft and an initial support phase. The support solution duration is anticipated to be approximately 5 years from first aircraft delivery, taking into consideration the manufacturer's delivery schedule, or until aircraft production is complete, whichever is later. Training services will commence prior to first aircraft delivery to support entry into service. Notwithstanding the above, it is anticipated that the maximum contract duration will be 7 years. The Cyber Risk Assessment code is RAR-440604976 and has been rated as MODERATE Risk. Quantity or scope: The Ministry of Defence (MoD) is considering the procurement of up to 44 New Medium Helicopters (NMH) to replace existing rotorcraft systems for Army and Strategic Commands. The scope of the contract will also include the provision of training capabilities and a maintenance/spares package as well as design organisation scope. The purpose of this Contract Notice is to invite potential and interested suppliers to formally express interest in participating in this procurement by completing a DPQQ found on the Defence Sourcing Portal (DSP) linked to this Notice. The high-level requirement for this procurement consists of: i. A range of up to 44 platforms. ii. Design Organisation integration services for Government Furnished Assets (GFA) and Mission Role Equipment (MRE). iii. Up to 2 x aircrew and rearcrew Flight Simulation Training Devices (FSTD) at the UK Main Operating Base (MOB). iv. Training courses for Qualified Helicopter Instructors (QHIs), aircrew and groundcrew maintainers. v. Courseware material for enduring aircrew and maintainer training. vi. An Initial In-Service Support Package, to include: * Initial Provisioning Spares. * Deployed Support Packages (DSPs). * Ground Support Equipment and Specialist Tooling. * Technical Publications and Aircrew Publications. * Logistics (Spares) Management. * Forward and Depth Maintenance. * Design Organisation (DO) modifications and technical support. New Medium Helicopters (NMH) intends to rationalise its existing multiple rotary wing requirements into one platform-type, maximising commonality in order to improve efficiency and operational flexibility. NMH will provide a common medium lift multi-role helicopter, fitted for, but not with, specialist Mission Role Equipment (MRE) and able to operate in all environments in support of defence tasks. The contract duration is anticipated to be 7 years (as referred to in section II.3) but will be determined by the agreed production schedule that will reflect the supplier's ability to complete delivery of aircraft and an initial support phase. The support solution duration is anticipated to be approximately 5 years from first aircraft delivery, taking into consideration the manufacturer's delivery schedule, or until aircraft production is complete, whichever is later. Training services will commence prior to first aircraft delivery to support entry into service. Notwithstanding the above, it is anticipated that the maximum contract duration will be 7 years. The Cyber Risk Assessment code is RAR-440604976 and has been rated as MODERATE Risk.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-033ae8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013386-2022
- 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
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
50 - Repair and maintenance services
-
- CPV Codes
34710000 - Helicopters, aeroplanes, spacecraft and other powered aircraft
34711000 - Helicopters and aeroplanes
34711500 - Helicopters
34741400 - Flight simulators
35612100 - Combat helicopters
35612400 - Military transport helicopters
50212000 - Repair and maintenance services of helicopters
Notice Value(s)
- Tender Value
- £1,200,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 May 20223 years ago
- Submission Deadline
- 20 Jun 2022Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Attn: NMH Senior Commercial Manager
- Contact Email
- deshels-nmh-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
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-h6vhtk-033ae8-2022-05-18T16:38:52+01:00",
"date": "2022-05-18T16:38:52+01:00",
"ocid": "ocds-h6vhtk-033ae8",
"description": "Any selection of tenderers will be based solely on the criteria set out for the procurement. The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification The documentation is under development and will be released with the ITN. The selected supplier may be required to actively participate in the achievement of social and/or environmental objectives. Accordingly, contract performance conditions may relate in particular to social, environmental or other corporate social responsibility considerations. The Authority anticipates that the contract will include a requirement for a UK Onshore Design capability. Further details will be set out in the ITN and the contract. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Ministry of Defence (MoD) at any time. MoD reserves the right at any time to: (i) reject any or all responses and to cancel or withdraw this procurement at any stage; (ii) award a contract without prior notice; (iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; (iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); (v) terminate the procurement process; and (vi) amend the terms and conditions of the selection and evaluation process. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received. MOD reserves the right to require parent company guarantees or other forms of security. In line with Government policy, the Authority is keen to promote and achieve social value benefits through its commercial activities. Accordingly, social value will account for over 10% of the tender evaluation criteria. Details of how the Authority intends to incorporate social value in this procurement process, whether as part of the tender evaluation process and/or the contractual requirements, will be set out in the ITN.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-033ae8",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "New Medium Helicopter contract reference 702091450",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "34711500",
"description": "Helicopters"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34710000",
"description": "Helicopters, aeroplanes, spacecraft and other powered aircraft"
},
{
"scheme": "CPV",
"id": "34711000",
"description": "Helicopters and aeroplanes"
},
{
"scheme": "CPV",
"id": "34741400",
"description": "Flight simulators"
},
{
"scheme": "CPV",
"id": "35612100",
"description": "Combat helicopters"
},
{
"scheme": "CPV",
"id": "35612400",
"description": "Military transport helicopters"
},
{
"scheme": "CPV",
"id": "50212000",
"description": "Repair and maintenance services of helicopters"
},
{
"scheme": "TED_TYPE_SUPPLIES_CONTRACT",
"id": "PURCHASE",
"description": "Purchase"
}
],
"mainProcurementCategory": "goods",
"description": "The Ministry of Defence (MoD) is considering the procurement of up to 44 New Medium Helicopters (NMH) to replace existing rotorcraft systems for Army and Strategic Commands. The scope of the contract will also include the provision of training capabilities and a maintenance/spares package as well as design organisation scope. The purpose of this Contract Notice is to invite potential and interested suppliers to formally express interest in participating in this procurement by completing a DPQQ found on the Defence Sourcing Portal (DSP) linked to this Notice. The high-level requirement for this procurement consists of: i. A range of up to 44 platforms. ii. Design Organisation integration services for Government Furnished Assets (GFA) and Mission Role Equipment (MRE). iii. Up to 2 x aircrew and rearcrew Flight Simulation Training Devices (FSTD) at the UK Main Operating Base (MOB). iv. Training courses for Qualified Helicopter Instructors (QHIs), aircrew and groundcrew maintainers. v. Courseware material for enduring aircrew and maintainer training. vi. An Initial In-Service Support Package, to include: * Initial Provisioning Spares. * Deployed Support Packages (DSPs). * Ground Support Equipment and Specialist Tooling. * Technical Publications and Aircrew Publications. * Logistics (Spares) Management. * Forward and Depth Maintenance. * Design Organisation (DO) modifications and technical support. New Medium Helicopters (NMH) intends to rationalise its existing multiple rotary wing requirements into one platform-type, maximising commonality in order to improve efficiency and operational flexibility. NMH will provide a common medium lift multi-role helicopter, fitted for, but not with, specialist Mission Role Equipment (MRE) and able to operate in all environments in support of defence tasks. The contract duration is anticipated to be 7 years (as referred to in section II.3) but will be determined by the agreed production schedule that will reflect the supplier's ability to complete delivery of aircraft and an initial support phase. The support solution duration is anticipated to be approximately 5 years from first aircraft delivery, taking into consideration the manufacturer's delivery schedule, or until aircraft production is complete, whichever is later. Training services will commence prior to first aircraft delivery to support entry into service. Notwithstanding the above, it is anticipated that the maximum contract duration will be 7 years. The Cyber Risk Assessment code is RAR-440604976 and has been rated as MODERATE Risk. Quantity or scope: The Ministry of Defence (MoD) is considering the procurement of up to 44 New Medium Helicopters (NMH) to replace existing rotorcraft systems for Army and Strategic Commands. The scope of the contract will also include the provision of training capabilities and a maintenance/spares package as well as design organisation scope. The purpose of this Contract Notice is to invite potential and interested suppliers to formally express interest in participating in this procurement by completing a DPQQ found on the Defence Sourcing Portal (DSP) linked to this Notice. The high-level requirement for this procurement consists of: i. A range of up to 44 platforms. ii. Design Organisation integration services for Government Furnished Assets (GFA) and Mission Role Equipment (MRE). iii. Up to 2 x aircrew and rearcrew Flight Simulation Training Devices (FSTD) at the UK Main Operating Base (MOB). iv. Training courses for Qualified Helicopter Instructors (QHIs), aircrew and groundcrew maintainers. v. Courseware material for enduring aircrew and maintainer training. vi. An Initial In-Service Support Package, to include: * Initial Provisioning Spares. * Deployed Support Packages (DSPs). * Ground Support Equipment and Specialist Tooling. * Technical Publications and Aircrew Publications. * Logistics (Spares) Management. * Forward and Depth Maintenance. * Design Organisation (DO) modifications and technical support. New Medium Helicopters (NMH) intends to rationalise its existing multiple rotary wing requirements into one platform-type, maximising commonality in order to improve efficiency and operational flexibility. NMH will provide a common medium lift multi-role helicopter, fitted for, but not with, specialist Mission Role Equipment (MRE) and able to operate in all environments in support of defence tasks. The contract duration is anticipated to be 7 years (as referred to in section II.3) but will be determined by the agreed production schedule that will reflect the supplier's ability to complete delivery of aircraft and an initial support phase. The support solution duration is anticipated to be approximately 5 years from first aircraft delivery, taking into consideration the manufacturer's delivery schedule, or until aircraft production is complete, whichever is later. Training services will commence prior to first aircraft delivery to support entry into service. Notwithstanding the above, it is anticipated that the maximum contract duration will be 7 years. The Cyber Risk Assessment code is RAR-440604976 and has been rated as MODERATE Risk.",
"value": {
"currency": "GBP",
"amount": 1200000000
},
"minValue": {
"amount": 900000000,
"currency": "GBP"
},
"hasOptions": true,
"options": {
"description": "The Authority anticipates that there may be a requirement to procure additional work through this contract. Options that have a clearly defined scope will be defined in the ITN, and the Authority may seek costed options for additional work such as: * Manufacture and Supply of additional aircraft * Introduction of enhanced capability."
},
"hasRenewal": false,
"contractPeriod": {
"durationInDays": 2520
},
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "RAF Benson, Wallingford, Oxfordshire, OX10 6AA"
}
}
],
"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. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"languages": [
"en"
]
},
"communication": {
"documentAvailabilityPeriod": {
"endDate": "2022-06-20T23:59:59+01:00"
}
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52765",
"selectionCriteria": {
"criteria": [
{
"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": [
"supplier"
]
},
{
"type": "economic",
"description": "As set out in the DPQQ",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As set out in the DPQQ",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": 1,
"documentType": "biddingDocuments",
"url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52765"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated",
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5,
"successiveReduction": true,
"invitationDate": "2022-09-30T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2022-06-20"
},
"hasRecurrence": false,
"reviewDetails": "Procedures for review Any appeals should be promptly brought to the attention of MoD at the address specified in Section I) above, and will be dealt with in accordance with the requirements of the Defence and Security Public Contracts Regulations 2011. Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Defence and Security Public Contracts Regulations 2011. In accordance with such Regulations, MoD will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers."
},
"parties": [
{
"id": "GB-FTS-53173",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "NMH, Yew 0b, Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: NMH Senior Commercial Manager",
"email": "DESHels-NMH-Commercial@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52765",
"buyerProfile": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52765",
"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-92",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-53173",
"name": "Ministry of Defence"
},
"language": "en"
}