Notice Information
Notice Title
Title missing - see contract for details.
Notice Description
The UK Armed Forces require the ability to airdrop a range of rigid hulled boats with tailgating parachutists into maritime environments, by day or night, worldwide from the Atlas C Mk1 aircraft (A400M). Requirements also include (but are not limited to) spares provisioning, level 4 contractor repairs, Design Organisation (DO) and/or Coordinating Design Organisation (CDO) responsibilities, technical documentation management, and Post Design Services (PDS). Details will be set out in the procurement documentation. Quantity or scope: Total quantity or scope: (including all lots, renewals and options, if applicable) The requirement is to deliver an estimated 25 (Twenty-Five) initial, complete LBAD systems including associated parachutes and ancillary equipment, capable of delivering payloads for despatch from the A400M. The LBAD 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 contract shall include manufacture, transition and in-service support phases and shall be for a term of 7 (seven) years [from Contract Award] (plus Options to extend by an additional 3 years). Details are set out in the procurement documentation. This contract is being procured under Regulation 18 (Negotiated Procedure) of the Defence and Security Public Contracts Regulations 2011. The Defence Sourcing Portal (DSP) will be used to manage the procurement process, including evaluation. Access to the DSP is required to complete the DPQQ and access should be requested via the Supplier Registration Page on the DSP. Following DPQQ evaluation, the Authority intends to invite the 4 (four) highest scoring respondents to the ITN phase. Following submission and assessment of the written Initial Tender submissions, all technically and commercially compliant bidders will be required to demonstrate their LBAD solution as part of a ground trials assessment phase (which will form part of the Tender evaluation). After the Authority's evaluation of the ground trials, a negotiation phase may follow. The Authority, however, reserves the right to award the Contract on the basis of the Initial Tenders and ground trials evaluation, without undertaking a negotiation phase. In preparation for the ground trials assessment phase, tenderers will be required to loan the MOD a complete system (including all associated parachutes, assemblies and ancillary equipment, plus contractor support), via a loan agreement on a free of charge basis, to undertake ground assessment. Contract award will be subject to an approvals process. Post contract award, the contractor will be required to support air trials and achieve system acceptance. Further details are set out in the procurement documentation. The Authority anticipates issuing the ITN in March 2023 followed by a bidders' conference to be held in the UK. Ground assessment shall be conducted by the Authority at RAF Brize Norton and is forecast for September 2023 and contract award is forecast for early 2024. However, the Authority reserves the right to amend the timetable from time to time. The Authority trades using the electronic 'Contracting, Purchasing & Finance' system (CP&F) and use of CP&F will be a requirement in the contract. 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. The Authority is running an industry engagement event on week commencing 06/02/2023 (with a current placeholder date of 07/02/2023). Interested parties should contract for further information: Luke Alderson Luke.Alderson106@mod.gov.uk / Jamie.malone417@mod.gov.uk The Event shall be held on online, on Microsoft Teams with details shared closer to the time. 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: (677845980). [Further details will be set out in the procurement documentation]. 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 July 2021.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-038d90
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035435-2022
- 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
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35000000 - Security, fire-fighting, police and defence equipment
Notice Value(s)
- Tender Value
- £35,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Dec 20223 years ago
- Submission Deadline
- 27 Jan 2023Expired
- 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: Alderson Luke
- Contact Email
- luke.alderson106@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
- TLK13 Gloucestershire CC
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
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-h6vhtk-038d90-2022-12-14T16:56:41Z",
"date": "2022-12-14T16:56:41Z",
"ocid": "ocds-h6vhtk-038d90",
"description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
"initiationType": "tender",
"tender": {
"id": "C17CSAE/706048451",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"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 UK Armed Forces require the ability to airdrop a range of rigid hulled boats with tailgating parachutists into maritime environments, by day or night, worldwide from the Atlas C Mk1 aircraft (A400M). Requirements also include (but are not limited to) spares provisioning, level 4 contractor repairs, Design Organisation (DO) and/or Coordinating Design Organisation (CDO) responsibilities, technical documentation management, and Post Design Services (PDS). Details will be set out in the procurement documentation. Quantity or scope: Total quantity or scope: (including all lots, renewals and options, if applicable) The requirement is to deliver an estimated 25 (Twenty-Five) initial, complete LBAD systems including associated parachutes and ancillary equipment, capable of delivering payloads for despatch from the A400M. The LBAD 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 contract shall include manufacture, transition and in-service support phases and shall be for a term of 7 (seven) years [from Contract Award] (plus Options to extend by an additional 3 years). Details are set out in the procurement documentation. This contract is being procured under Regulation 18 (Negotiated Procedure) of the Defence and Security Public Contracts Regulations 2011. The Defence Sourcing Portal (DSP) will be used to manage the procurement process, including evaluation. Access to the DSP is required to complete the DPQQ and access should be requested via the Supplier Registration Page on the DSP. Following DPQQ evaluation, the Authority intends to invite the 4 (four) highest scoring respondents to the ITN phase. Following submission and assessment of the written Initial Tender submissions, all technically and commercially compliant bidders will be required to demonstrate their LBAD solution as part of a ground trials assessment phase (which will form part of the Tender evaluation). After the Authority's evaluation of the ground trials, a negotiation phase may follow. The Authority, however, reserves the right to award the Contract on the basis of the Initial Tenders and ground trials evaluation, without undertaking a negotiation phase. In preparation for the ground trials assessment phase, tenderers will be required to loan the MOD a complete system (including all associated parachutes, assemblies and ancillary equipment, plus contractor support), via a loan agreement on a free of charge basis, to undertake ground assessment. Contract award will be subject to an approvals process. Post contract award, the contractor will be required to support air trials and achieve system acceptance. Further details are set out in the procurement documentation. The Authority anticipates issuing the ITN in March 2023 followed by a bidders' conference to be held in the UK. Ground assessment shall be conducted by the Authority at RAF Brize Norton and is forecast for September 2023 and contract award is forecast for early 2024. However, the Authority reserves the right to amend the timetable from time to time. The Authority trades using the electronic 'Contracting, Purchasing & Finance' system (CP&F) and use of CP&F will be a requirement in the contract. 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. The Authority is running an industry engagement event on week commencing 06/02/2023 (with a current placeholder date of 07/02/2023). Interested parties should contract for further information: Luke Alderson Luke.Alderson106@mod.gov.uk / Jamie.malone417@mod.gov.uk The Event shall be held on online, on Microsoft Teams with details shared closer to the time. 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: (677845980). [Further details will be set out in the procurement documentation]. 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 July 2021.",
"value": {
"amount": 35000000,
"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."
},
"contractPeriod": {
"durationInDays": 2520
},
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKK13"
}
]
}
],
"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 successful tenderer is obliged to subcontract the following share of the contract through the procedure set out in Part 7 of the DSPCR 2011: minimum percentage 0%, maximum percentage 30% of the value of the contract."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"depositsGuarantees": "As stipulated within the DPQQ and later within the ITN.",
"languages": [
"en"
]
},
"submissionMethod": [
"written"
],
"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": "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 PQQ 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."
},
"documents": [
{
"id": 1,
"documentType": "biddingDocuments",
"url": "https://contracts.mod.uk/go/282551420185100524A6"
}
],
"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": 4,
"maximumCandidates": 4
},
"techniques": {
"frameworkAgreement": {
"value": {
"amount": 35000000,
"currency": "GBP"
}
}
},
"tenderPeriod": {
"endDate": "2023-01-27T23:59:00Z"
},
"title": "Title missing - see contract for details."
},
"parties": [
{
"id": "GB-FTS-70955",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Ministry of Defence, Walnut 2b, #1229, Air Support, MWAD PT",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: Alderson Luke",
"email": "luke.alderson106@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://contracts.mod.uk/go/42641766018511736A0E"
}
},
{
"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": {
"email": "DESC17CSAE-Commercial12@mod.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-70955",
"name": "Ministry of Defence"
},
"language": "en"
}