Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-035640/EN)
Nature of contract:
Procedure: Not applicable
Contract notice
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence
Ministry of Defence, Walnut 2b, Abbeywood
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Ultravirus commercial team
For the attention of: Peter Stevens
Email: desc17csae-commercial@mod.gov.uk
Internet Address(es):
General address of the contracting authority:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: C17CSAE/706142450 – Provision of a Parachutist Supplementary Oxygen System (PSOS) for High Altitude Parachute Insertion (HAPI)
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: Carterton, Oxfordshire UK
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:The Authority has a requirement to procure a high-altitude parachute oxygen system. We require the ability to conduct global parachute insertion into all geographical, environmental, and permitted meteorological conditions, by day and night, and to all permitted land and water Drop Zones (DZ).
II.1.6) Common procurement vocabulary (CPV): 33157200, 33157110, 42996600,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The Authority has a requirement to procure a high-altitude parachute oxygen system. We require the ability to conduct global parachute insertion into all geographical, environmental, and permitted meteorological conditions, by day and night, and to all permitted land and water Drop Zones (DZ).
This requirement will encompass, but will not be limited to, the following:
a) Manufacture and delivery of circa 300 oxygen system sets.
b) 7 years of in-service support cover
As this procurement relates to the provision of goods and services used for defence purposes, the Authority will comply with the Defence & Security Public Contract Regulations (DSPCR 2011). The Procurement will operate under the Competitive Restricted Procedure.
The Defence Sourcing Portal (DSP) will be used to manage the DPQQ (Dynamic Pre-Qualification Questionnaire) and Invitation to Tender (ITT) process, including the evaluation. Access to the DSP is required to complete the DPQQ and it is recommended that access is requested via the Supplier Registration Page.
Following the DPQQ phase, the Authority intends to invite a maximum of 4 (four) respondents to the initial ITT phase. Wherein, following submission and assessment of the respondent bids on technical and commercial criteria the successful bidders will be invited to provide their solutions via loan agreements for ground trials.
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 subsequent tenders and trials.
In preparation for trials, bidders will be required to loan the MOD a complete working system (including all associated assemblies and ancillary equipment) on a free of charge basis, to undertake trials at RAF (Royal Air Force) Brize Norton and MOD Boscombe Down. The outcome of the trials will contribute to the determination of a preferred bidder. Contract award will then be subject to the approval of an Authority led business case that will consider the preferred bidders’ tender and ground trial assessment.
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 ‘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: 783541330
To note: The issue of this Competitive Contract Notice (CCN) or any future ITT or ITT material is not a commitment by the Authority to place a Contract as a result of this competition or at a later stage. Any expenditure, work or effort undertaken prior to any contractual offer and subsequent acceptance of contract, is a matter solely for your commercial judgement. The Authority has conducted previous industry engagement using the Defence Sourcing Portal (DSP), with a request for Information (RFI) published in August 2021.
Estimated value excluding VAT:
Range: between 30000000 and 45000000 GBP
II.2.2) Information about options:
Options: yes
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.
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
As stated in the DPQQ and later, in the ITT
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the DPQQ and later, in the ITT
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As stated in the DPQQ and later, in the ITT
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 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 ITT
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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.
III.2.2) Economic and financial ability
[11:11] Dymond, Jack Mr (DES C17CSAE-Commercial13)
(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 level(s) of standards possibly required:
[11:11] Dymond, Jack Mr (DES C17CSAE-Commercial13)
(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.
Contained within the DPQQ Guidance Notes.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Economic Operators are expected to hold or be willing to obtain UK MAA Regulatory Compliance (or other Nations’ Aviation Authority) including, but not limited to:
RA 1150 – Airborne Equipment and Airborne Forces
RA 5103 – Certificate of Design
RA 5850 – Military Design Approved Organization
Defence Standards or their equivalents in other Nations’ Aviation Authority Regulatory Compliance regimes.
Minimum level(s) of standards possibly required: Contained within the DPQQ Guidance Notes.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators:4
Objective criteria for choosing the limited number of candidates:
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.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.2) Information about electronic auction
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
C17CSAE/706142450
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
8.2.2023 – 23:59
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
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.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence
MOD Abbey Wood, Air Support, Walnut 2b, #1229
Bristol
Postal code: BS34 8JH
United Kingdom
Email: desc17csae-commercial@mod.gov.uk
VI.5) Date of dispatch of this notice:
16.12.2022