Notice Information
Notice Title
Procurement of Commercial Fixed Wing Services to facilitate Military Parachute Training (MPT) USA
Notice Description
The Authority intends to contract for commercial fixed-wing aircraft services to conduct Freefall Military Parachute Training (MPT). The Authority requires annual periodic access to recognised High Altitude Para (HAP) aircraft, type rated and suitably qualified aircrew, access to parachute equipment and qualified Parachute Jump Instructors combining with military instructors as a hybrid solution. The service will be Southwest USA based MPT across an altitude range of between 2,500 ft to 20,000 ft Pressure Altitude (PA). The Authority envisages a five year availability service with three, one-year contract options thereafter. Quantity or scope: The aircraft type should be a recognised High Altitude Para (HAP) aircraft able to carry a minimum of 12 x parachutists with full kit with the ability to air despatch Freefall parachutists and facilitate an oxygen (O2) capability for HAP. The contractor will be required to provide suitably qualified personnel to despatch parachutists from the aircraft when UK Military Parachute Jump Instructors (PJIs) are not available. Parachuting is to be conducted from the aircraft tailgate ramp. The parachuting platform should be cleared to operate in the USA by day and night from multiple locations within proximity of identified and cleared drop zones and training areas. The Authority envisages a five year availability service with three, one-year contract options thereafter. The service is forecast to commence from Summer 2024 with the contractor meeting US FAA regulations as appropriate, and providing a MPT platform with type rated aircrew, engineers, and fire & crash cover able to maintain and sustain the operation. An initial Aircraft Flying Time of 300hrs per year (with a surge capability if required by the Authority) is anticipated via 3 x operating windows of 2/3 weeks each, currently forecast for July and January with a flexi-window. Note the Estimated Value of Requirement is inclusive of option years. A Cyber Risk Assessment has been conducted for this requirement to ascertain the level of Cyber Risk present. The result of the assessment is that a Cyber Risk level of 'Very Low' exists and therefore successful respondents invited to the ITT 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: 334690451. Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication AQAP 2310.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03d390
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015788-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
60 - Transport services (excl. Waste transport)
-
- CPV Codes
34711110 - Fixed-wing aircrafts
34711300 - Piloted aircraft
39523100 - Dirigible parachutes
60444100 - Pilot services
Notice Value(s)
- Tender Value
- £15,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Jun 20232 years ago
- Submission Deadline
- 4 Aug 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
- C17CSAE Commercial Team, attn: Rachel Noad
- 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
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-03d390-2023-06-05T09:23:57+01:00",
"date": "2023-06-05T09:23:57+01:00",
"ocid": "ocds-h6vhtk-03d390",
"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. 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. 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. https://www.gov.uk/government/publications/government-security-classifications This contract opportunity is published on the Defence Sourcing Portal, Find a Tender and Contracts Finder. Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The deadline for submitting your response(s) is detailed within this contract notice. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties, please contact the DSP Supplier Helpdesk by emailing customersupport@jaggaer.com",
"initiationType": "tender",
"tender": {
"id": "707175450",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Procurement of Commercial Fixed Wing Services to facilitate Military Parachute Training (MPT) USA",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "60444100",
"description": "Pilot services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34711110",
"description": "Fixed-wing aircrafts"
},
{
"scheme": "CPV",
"id": "34711300",
"description": "Piloted aircraft"
},
{
"scheme": "CPV",
"id": "39523100",
"description": "Dirigible parachutes"
},
{
"scheme": "TED_SERVICE_CATEGORY_DEFENCE",
"id": "6",
"description": "Air transport services of passengers and freight, except transport of mail"
}
],
"mainProcurementCategory": "services",
"description": "The Authority intends to contract for commercial fixed-wing aircraft services to conduct Freefall Military Parachute Training (MPT). The Authority requires annual periodic access to recognised High Altitude Para (HAP) aircraft, type rated and suitably qualified aircrew, access to parachute equipment and qualified Parachute Jump Instructors combining with military instructors as a hybrid solution. The service will be Southwest USA based MPT across an altitude range of between 2,500 ft to 20,000 ft Pressure Altitude (PA). The Authority envisages a five year availability service with three, one-year contract options thereafter. Quantity or scope: The aircraft type should be a recognised High Altitude Para (HAP) aircraft able to carry a minimum of 12 x parachutists with full kit with the ability to air despatch Freefall parachutists and facilitate an oxygen (O2) capability for HAP. The contractor will be required to provide suitably qualified personnel to despatch parachutists from the aircraft when UK Military Parachute Jump Instructors (PJIs) are not available. Parachuting is to be conducted from the aircraft tailgate ramp. The parachuting platform should be cleared to operate in the USA by day and night from multiple locations within proximity of identified and cleared drop zones and training areas. The Authority envisages a five year availability service with three, one-year contract options thereafter. The service is forecast to commence from Summer 2024 with the contractor meeting US FAA regulations as appropriate, and providing a MPT platform with type rated aircrew, engineers, and fire & crash cover able to maintain and sustain the operation. An initial Aircraft Flying Time of 300hrs per year (with a surge capability if required by the Authority) is anticipated via 3 x operating windows of 2/3 weeks each, currently forecast for July and January with a flexi-window. Note the Estimated Value of Requirement is inclusive of option years. A Cyber Risk Assessment has been conducted for this requirement to ascertain the level of Cyber Risk present. The result of the assessment is that a Cyber Risk level of 'Very Low' exists and therefore successful respondents invited to the ITT 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: 334690451. Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication AQAP 2310.",
"value": {
"currency": "USD",
"amount": 15000000
},
"minValue": {
"amount": 11000000,
"currency": "USD"
},
"hasOptions": true,
"options": {
"description": "The Authority requires this aircraft service for five years with three, one-year options thereafter. Note the Estimated Value of Requirement is inclusive of option years."
},
"hasRenewal": false,
"contractPeriod": {
"durationInDays": 1800
},
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "US"
}
],
"deliveryLocation": {
"description": "Southwest United States of America"
}
}
],
"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 (if appropriate) within the DPQQ and later within the ITT.",
"languages": [
"en"
]
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55922",
"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": "As stipulated (if appropriate) within the DPQQ and later within the ITT.",
"minimum": "As stipulated (if appropriate) within the DPQQ and later within the ITT.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "As stipulated (if appropriate) within the DPQQ and later within the ITT.",
"minimum": "As stipulated (if appropriate) within the DPQQ and later within the ITT.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "technical",
"description": "As stipulated (if appropriate) within the DPQQ and later within the ITT.",
"minimum": "As stipulated (if appropriate) within the DPQQ and later within the ITT.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As stipulated (if appropriate) within the DPQQ and later within the ITT.",
"minimum": "As stipulated (if appropriate) within the DPQQ and later within the ITT.",
"appliesTo": [
"subcontractor"
]
}
],
"description": "The Authority intends to invite a maximum of six (6) respondents to the initial Invitation to Tender (ITT) phase based on the criteria detailed in the Pre-Qualification Questionnaire."
},
"contractTerms": {
"otherTerms": "No part of the Contract is classed as higher than OFFICIAL-SENSITIVE. OFFICIAL and OFFICIAL-SENSITIVE material shall be protected by the Contractor in a manner to avoid unauthorised access. The Contractor will be required to ensure that all individuals having access to OFFICIAL-SENSITIVE information have undergone necessary recruitment checks.",
"financialTerms": "As stipulated (if appropriate) within the DPQQ and later within the ITT.",
"tendererLegalForm": "As stipulated (if appropriate) within the DPQQ and later within the ITT."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted",
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"techniques": {
"frameworkAgreement": {
"minimumValue": {
"amount": 11000000,
"currency": "USD"
},
"value": {
"amount": 15000000,
"currency": "USD"
}
}
},
"tenderPeriod": {
"endDate": "2023-08-04"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-83227",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "#1229 Walnut 2b, MOD Abbey Wood South",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "C17CSAE Commercial Team, attn: Rachel Noad",
"email": "DESC17CSAE-Commercial@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/ministry-of-defence/about/procurement",
"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-84379",
"name": "Ministry of Defence, Air Support, C17CSAE",
"identifier": {
"legalName": "Ministry of Defence, Air Support, C17CSAE"
},
"address": {
"streetAddress": "#1229 Walnut 2b, MOD Abbey Wood South",
"locality": "Bristol",
"postalCode": "BS34 8JH"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-84380",
"name": "Ministry of Defence, Air Support, C17CSAE",
"identifier": {
"legalName": "Ministry of Defence, Air Support, C17CSAE"
},
"address": {
"streetAddress": "#1229 Walnut 2b, MOD Abbey Wood South",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "DESC17CSAE-Commercial@mod.gov.uk"
},
"roles": [
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-83227",
"name": "Ministry of Defence"
},
"language": "en"
}