Tender

The Provision of Aircraft Spares for the Merlin Capability

  • Ministry of Defence

F17: Contract notice for contracts in the field of defence and security

Notice identifier: 2021/S 000-009770

Procurement identifier (OCID): ocds-h6vhtk-02ad9b

Published 5 May 2021, 10:55pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence

Centenary House Building 100 Lysander Road

Yeovil

BA20 2YB

For the attention of

Blunden Rachael

Email(s)

Rachael.Blunden100@mod.gov.uk

Telephone

+44 3001529799

Country

United Kingdom

Further information

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)


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

The Provision of Aircraft Spares for the Merlin Capability

two.1.2) Type of contract and location of works, place of delivery or of performance

Supplies

Purchase

NUTS code

  • UK - United Kingdom

two.1.3) Information on framework agreement

The notice involves the establishment of a framework agreement

two.1.4) Information on framework agreement

Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:

£1,500,000

two.1.5) Short description of the contract or purchase(s)

The Merlin Delivery Team requires an enabling contract for the provision of spares and consumables to support the Merlin Helicopter Fleet with the ability to expedite Demand Orders which are High Priority or where Aircraft is on the Ground (AOG).

two.1.6) Common procurement vocabulary (CPV)

  • 34731700 - Parts for helicopters

two.1.7) Information about subcontracting

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

two.1.8) Lots

This contract is divided into lots: No

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

The List of Articles, provided as a supporting document for the DPQQ, identifies the Articles it is expected the chosen supplier will be able to provide. The Statement of Requirement (SOR) document will be formally issued under the Invitation to Tender.

The Contract will be for a three -year period, from the date of contract award.

Prospective contractors are required to hold Quality Management System certification to either:

BS EN 9120: 2018 Quality Management Systems. Requirement for Aviation, Space and Defence Distributors,

BS EN 9100: 2018 Quality Management Systems. Requirement for Aviation, Space and Defence Organisations, or

BS EN ISO 9001: 2015 Quality Management Systems – Requirements,

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 Cyber Risk Profile is assessed as Very Low. Risk Assessment Reference (RAR) is RAR-2BBCADA2. A Cyber Essentials Accreditation or demonstration of a suitable Cyber Implementation Plan (CIP) may be required.

Your response submitted via the DSP should only contain information with the Security Classification Official Sensitive or below. If your response contains information with a Security Classification higher than Official Sensitive, please contact the Authority for appropriate submission instructions.

Please note: The Authority will not accept or respond to any clarification questions on the requirement at this stage.

two.2.2) Information about options

Options: No

two.2.3) Information about renewals

This contract is subject to renewal: No

two.3) Duration of the contract or time limit for completion

Duration in months: 36 (from the award of the contract)


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

The Authority reserve the right to ask for an indemnity, guarantee or bank bond if the Supplier does not meet the required standard for economic and financial standing.

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Payment follows delivery and acceptance of Articles by the Authority

three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract.

three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of 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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: 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.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: 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.

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Each supplier’s financial ability to meet this requirement will be assessed on a risk basis and the financial information provided by the supplier in response to the DPQQ will be evaluated by the Authority. Factors that will be taken into consideration when evaluating financial information include turnover, profitability, liquidity & working capital, debt and cash flow. The Authority will also examine the financial health of the immediate and ultimate parent of the supplier where it is part of a group. When assessing the financial health of a supplier, the Authority will also take into consideration any Auditor’s opinion, for example Qualifications or Emphasis of Matter Statements. The Authority’s opinion may be validated using credit agencies such as Company Watch. If examination of the financial information exposes the potential for a supplier to experience financial difficulty in performing the contract, then the Authority will determine the level of risk that it is willing to bear in fulfilling the requirement. Evaluation of the financial information will attract a Pass or Fail risk marking which will be awarded using the following criteria:-

Pass – A low or medium financial risk assessment as evaluated by the Authority

Fail – A high unacceptable level of financial risk as evaluated by the Authority

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Prospective contractors are required to hold Quality Management System certification to either:

BS EN 9120: 2018 Quality Management Systems. Requirement for Aviation, Space and Defence Distributors,

BS EN 9100: 2018 Quality Management Systems. Requirement for Aviation, Space and Defence Organisations, or

BS EN ISO 9001: 2015 Quality Management Systems – Requirements,

with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body.

Minimum level(s) of standards possibly required: 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.


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged minimum number 3 and maximum number 5

Objective criteria for choosing the limited number of candidates: Only those Potential Providers that demonstrate the best level of economic and financial standing and technical or professional ability against the Authority’s pre-qualification criteria will be invited to tender.

The Authority shall pre-qualify a minimum of three and a maximum of five of the highest scoring Potential Providers for the ITT stage.

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: yes

Additional information about electronic auction: Whilst the answer to IV.2.2) is 'yes,' the Authority is still currently considering the use of a Reverse Auction for this requirement/Project, and therefore an electronic auction may not be utilised. If the Authority decides to use a Reverse Auction further details will be made available at the Tender stage within the ITT.

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

701025375

four.3.4) Time limit for receipt of tenders or requests to participate

7 June 2021 - 12:00pm

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

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

six.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.

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Merlin DT

Centenary House Building 100 Lysander Road

Yeovil

BA20 2YB

Country

United Kingdom