Tender

ADW & ASWC Vertical Wind Tunnel Hours

  • Ministry of Defence, C&C, Air Commercial

F02: Contract notice

Notice identifier: 2021/S 000-001328

Procurement identifier (OCID): ocds-h6vhtk-028c86

Published 22 January 2021, 12:32pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence, C&C, Air Commercial

Nimrod Building, RAF High Wycombe, 3 Site

High Wycombe

BS34 8JH

Email

daniel.strange614@mod.gov.uk

Telephone

+44 3001673757

Country

United Kingdom

NUTS code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.dcocontracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ADW & ASWC Vertical Wind Tunnel Hours

Reference number

701224382

two.1.2) Main CPV code

  • 80520000 - Training facilities

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Vertical Wind Tunnel Hours for Airborne Delivery Wing and Joint Airborne Delivery Test Evaluation Unit Parachute Test Team

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Provision of Vertical Wind Tunnel Hours for Airborne Delivery Wing and Joint Airborne Delivery Test Evaluation Unit Parachute Test Team

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 February 2021

Local time

11:55pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

26 February 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

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

Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2021122-DCB-17683884

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence, C&C, Air Commercial Team

High Wycombe

Email

daniel.strange614@mod.gov.uk

Telephone

+44 3001673757

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Ministry of Defence, C&C, Other

Air Commercial Team, 3 Site, RAF High Wycombe

High Wycombe

HP14 4UF

Email

daniel.strange614@mod.gov.uk

Telephone

+44 3001673757

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Ministry of Defence, C&C, Other

Air Commercial Team, 3 Site, RAF High Wycombe

High Wycombe

HP14 4UF

Email

daniel.strange614@mod.gov.uk

Telephone

+44 3001673757

Country

United Kingdom