Opportunity

Procurement of Commercial Fixed Wing Services to facilitate Military Parachute Training (MPT) USA

  • Ministry of Defence

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

Notice reference: 2023/S 000-015788

Published 5 June 2023, 9:23am



Section one: Contracting authority/entity

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

Ministry of Defence

#1229 Walnut 2b, MOD Abbey Wood South

Bristol

BS34 8JH

Contact

C17CSAE Commercial Team

For the attention of

Rachel Noad

Email(s)

DESC17CSAE-Commercial@mod.gov.uk

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

https://www.gov.uk/government/organisations/ministry-of-defence/about/procurement

Electronic submission of tenders and requests to participate

https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55922

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)

one.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

one.3) Main activity

Defence

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

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

Procurement of Commercial Fixed Wing Services to facilitate Military Parachute Training (MPT) USA

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

Services

Service category No 6: Air transport services of passengers and freight, except transport of mail

Main site or location of works, place of delivery or of performance

Southwest United States of America

NUTS code

  • US - United States

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

Estimated value excluding VAT:

Range: between 11,000,000 and 15,000,000 USD

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

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.

two.1.6) Common procurement vocabulary (CPV)

  • 60444100 - Pilot services

Additional CPV code(s)

  • 34711110 - Fixed-wing aircrafts
  • 34711300 - Piloted aircraft
  • 39523100 - Dirigible parachutes

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

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 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.

Estimated value excluding VAT:

Range: between 11,000,000 and 15,000,000 USD

two.2.2) Information about options

Options: Yes

Description of these options: 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.

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: 60 (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

As stipulated (if appropriate) within the DPQQ and later within the ITT.

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

As stipulated (if appropriate) within the DPQQ and later within the ITT.

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

As stipulated (if appropriate) within the DPQQ and later within the ITT.

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

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.

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: As stipulated (if appropriate) within the DPQQ and later within the ITT.

Minimum level(s) of standards possibly required: As stipulated (if appropriate) within the DPQQ and later within the ITT.

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

Information and formalities necessary for evaluating if the requirements are met: As stipulated (if appropriate) within the DPQQ and later within the ITT.

Minimum level(s) of standards possibly required: As stipulated (if appropriate) within the DPQQ and later within the ITT.

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: As stipulated (if appropriate) within the DPQQ and later within the ITT.

Minimum level(s) of standards possibly required: As stipulated (if appropriate) within the DPQQ and later within the ITT.

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met: As stipulated (if appropriate) within the DPQQ and later within the ITT.

Minimum level(s) of standards possibly required: As stipulated (if appropriate) within the DPQQ and later within the ITT.

three.3) Conditions specific to services contracts

three.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: No


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 number of operators: 6

Objective criteria for choosing the limited number of candidates: 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.

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: no

four.3) Administrative information

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

707175450

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

4 August 2023

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.

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

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Ministry of Defence, Air Support, C17CSAE

#1229 Walnut 2b, MOD Abbey Wood South

Bristol

BS34 8JH

six.4.3) Service from which information about the lodging of appeals may be obtained

Ministry of Defence, Air Support, C17CSAE

#1229 Walnut 2b, MOD Abbey Wood South

Bristol

BS34 8JH

Email(s)

DESC17CSAE-Commercial@mod.gov.uk

Country

United Kingdom