Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
UK Strategic Command, Commercial - Ministry of Defence
Room A104, A Block, RAF Wyton
Huntingdon
PE28 2EA
Contact
Phil Clements
For the attention of
Clements Phil
Email(s)
UKStratCom-Comrcl-DI@mod.gov.uk
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)
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
Provision Of Military Instrument Flight Procedures Maintenance and Safeguarding
two.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 26: Other services
NUTS code
- UK - United Kingdom
- UKI7 - Outer London – West and North West
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
£2,670,000
two.1.5) Short description of the contract or purchase(s)
Instrument Landing System (ILS) Or Instrument Flight Procedures
The MOD requires the appointment of a qualified Procedure Design Company to support its portfolio of IFPs across 26 aerodromes in the UK and overseas. This includes the design and maintenance of new and existing Instrument Flight Procedures (IFPs) and associated specialist support, thus ensuring the safety of aviation activity at its aerodromes. No 1 AIDU is responsible for ensuring that all IFPs at MOD aerodromes are designed and maintained in accordance with current regulations.
Contractor will be required to:
a. Design new IFPs at a competitive price to meet the needs of MOD aerodromes, including overseas, as required.
b. Carry out annual maintenance checks of current IFPs at a competitive price, including any amendments identified during this maintenance process.
c. Provide all procedural designs in a digital format and with the ability to provide it in AIXM data sets to ensure compliance with CAP1054.
d. The ability to carry out Safeguarding Assessments in response to Local Planning Application (LPAs)/Siting Boards, as and when required.
e. Ability to carry out time critical tasks to meet tight deadlines.
f. Be able to provide specialist advice to No1 AIDU as and when required.
g. Attend regular meetings (on a weekly basis via teleconference) with No1 AIDU to provide a contract management oversight.
The Contract will be for an initial period of 3 years starting on 1st April 2022. This will be followed by two 1-year option periods.
two.1.6) Common procurement vocabulary (CPV)
- 75221000 - Military defence services
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
3 years plus 2 one year options to a maximum duration of 5 years.
Estimated value excluding VAT:
£2,670,000
two.2.2) Information about options
Options: Yes
Description of these options: 2 one year option years
two.2.3) Information about renewals
This contract is subject to renewal: Yes
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.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Potential Providers must note the mandatory requirement for electronic trading using the Contracting,
Purchasing & Finance (CP&F) electronic trading tool. All payments for deliverables under the contract shall
only be made via CP&F. Details can be found at:
http://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-eprocurement
systems
three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
In the event of a group provider submitting an acceptable offer, the MoD reserves the right to require the
group of bidders to take a legal form or require one bidder to take Prime Contractor responsibility or to
require that each member of the group undertakes joint and severable liability for the performance of the
agreement and any call-off made under it.
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: The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority
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: The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of 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: The contractor must be a UK CAA approved procedure design organisation as set out in CAP 785. They are also required to operate a functional industrial recognised standard Quality Management System (QMS) such as BSI 9001 or BSI 9100.
Minimum level(s) of standards possibly required: The contractor must be a UK CAA approved procedure design organisation as set out in CAP 785. They are also required to operate a functional industrial recognised standard Quality Management System (QMS) such as BSI 9001 or BSI 9100.
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: The contractor must be a UK CAA approved procedure design organisation as set out in CAP 785. They are also required to operate a functional industrial recognised standard Quality Management System (QMS) such as BSI 9001 or BSI 9100.
Minimum level(s) of standards possibly required: The contractor must be a UK CAA approved procedure design organisation as set out in CAP 785. They are also required to operate a functional industrial recognised standard Quality Management System (QMS) such as BSI 9001 or BSI 9100.
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: Yes
Reference to the relevant law, regulation or administrative provision: CAA approved flight procedure designers.
three.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: 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 minimum number 3 and maximum number 7
Objective criteria for choosing the limited number of candidates: Suppliers must read through this set of instructions and follow the process to respond to this
opportunity.
The information and / or documents for this opportunity are available on www.contracts.mod.uk. You
must register on this site to respond, if you are already registered you will not need to register again,
simply use your existing username and password. Please note there is a password reminder link on the
homepage.
Please ensure that you allow yourself
plenty of time when responding to this invite prior to the closing date and time, especially if you have
been asked to upload documents.
Interested suppliers are required to complete the PQQ which is hosted on the Defence Sourcing Portal
(DSP) to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities
against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderer's who:
(1) are eligible to participate under Section III.2.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3)
of this Contract Notice.
Full details of the method for choosing the tenderer's and how we evaluate is provided within DSP (within
the PQQ).
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
701573389
four.3.2) Previous publication(s) concerning the same contract
no
four.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 4 October 2021 - 4:00pm
Payable documents: no
four.3.4) Time limit for receipt of tenders or requests to participate
11 October 2021 - 4:00pm
four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
15 November 2021
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
IMPORTANT INFORMATION
Contract name: IFP Maintenance and Safeguarding
Risk Assessment Ref: 330210028
Cyber Risk Profile: Very Low
Tenderers for this contract must complete a Supplier Assurance Questionnaire (SAQ). The tender documentation will need to include the Risk Assessment Reference and Cyber Risk Profile, and Tenderers should complete their SAQ using the SAQ Form which must be returned to ISSDes-DCPP@mod.gov.uk (and included with the tender response).
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
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQs) or the User Guides or contact the
MOD DSP Helpdesk
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
UK Strategic Command Commercial
six.4.1) Body responsible for mediation procedures
UK Strategic Command Commercial
six.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Please contact UK Strategic Command Commercial if you would like more information on the appeals
process.
six.4.3) Service from which information about the lodging of appeals may be obtained
UK Strategic Command Commercial