Opportunity

Provision of Parachute Packing and Maintenance in the South West USA

  • Ministry of Defence

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

Notice reference: 2022/S 000-022937

Published 18 August 2022, 11:02am



Section one: Contracting authority/entity

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

Ministry of Defence

Ministry of Defence, Air Support, C17CSAE, NH1 Atrium, #1027

Bristol

BS34 8JH

Contact

C17CSAE Commercial Team

For the attention of

Faye Hyde

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=52781

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 Parachute Packing and Maintenance in the South West USA

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

Services

Service category No 1: Maintenance and repair services

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

Southwest USA

NUTS code

  • US - United States

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

The UK MOD has a requirement to support multiple parachute training exercises in South West USA over a 5 year period.

The requirement includes (but is not limited to) main parachute and reserve repacking, maintenance, repairs, inventory management, storage and transportation to and from drop zones. The Authority intends to place the contract, starting from 1 April 23 with a view to standing up the new service from 1 Jun 23. The service needs to support circa 17,000 parachute jumps per year in South West USA.

two.1.6) Common procurement vocabulary (CPV)

  • 75221000 - Military defence services

Additional CPV code(s)

  • 39523000 - 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 requirement includes quick turnaround repacking of various types of UK military personnel parachutes at multiple drop zones (DZs) within South West USA. The UK MOD plans to provide the Contractor with a stock of between 500 and 700 parachutes to ensure that the Customers’ jump programme, delivered at or to the relevant drop zones, can be achieved. The UK MOD requires the Contractor to repack all main and reserve parachutes and also to carry out scheduled maintenance and repairs in accordance with the Authority’s procedures. The Contractor shall be required to store and manage the parachute inventory. Transport logistics are required to deliver parachutes to embarkation points ahead of an exercise and then collect and return them to storage on completion. There is also a requirement from certain DZs to collect parachutes from remote personnel landings and return them to the DZ for repacking. The Contractor will be responsible for training of packers all of whom will be required to have appropriate licenses and checks in place.

The duration of the contract shall be 5 years

In addition to the previously stated contract duration, the Authority may at its sole discretion extend the contract by a maximum of 2 years (taken in single or multiple year intervals).

Estimated value excluding VAT:

Range between: $20,000,000 and $30,000,000

Currency: USD

As this procurement relates to the provision of services used for military purposes, the Authority will comply with the Defence & Security Public Contract Regulations (DSPCR 2011). The procurement will operate under the Restricted Procedure.

The Defence Sourcing Portal (DSP) will be used to manage the DPQQ and Invitation to Tender (ITT) process, including evaluation. Access to the DSP is required to complete the DPQQ and it is recommended that access is requested via Supplier Registration Page.

Following DPQQ evaluation, the Authority intends to invite a maximum of 5 (five) respondents to the ITT phase. 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 tenders.

The deadline for receipt of clarification questions relating to the DPQQ is 17:00 GMT on Monday 5th September 2022.

The closing date for DPQQ submissions is Monday 19th September 2022 (17:00 GMT).

The Authority anticipates issuing the ITT in October 2022. FBC approval and contract award are forecast for Feb 2023 followed by declaration of Initial Operating Capability (IOC) in Jun 23.

The Authority trades using the electronic ‘Contracting, Purchasing & Finance’ system (CP&F). Before completing the DPQQ, any interested parties should ensure that they have the ability to trade electronically and the willingness connect to the CP&F System in the event of being successful.

A Cyber Risk Assessment has been conducted for this requirement to ascertain the level of Cyber Risk present. The result of this assessment is that a Cyber Risk level of 'Low’ exists and therefore successful respondents invited to ITT will need to hold a Cyber Essentials [Plus] certificate and implement ‘Low Measures’ in accordance with Def Stan 05-138. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Supplier Assurance Questionnaire using RAR code: 593770986

Def Stan 05-138 available at: https://www.gov.uk/government/publications/cyber-security-for-defence-suppliers-def-stan-05-138

The issue of this Contract Notice (CN) 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 offer and subsequent acceptance of contract, is a matter solely for your commercial judgement. The Authority has conducted previous industry engagement using Defence Sourcing Portal, with a Request for Information (RFI) published 12/11/2021.

https://www.contracts.mod.uk/esop/toolkit/opportunity/past/52781/detail.si

Estimated value excluding VAT:

Range: between 20,000,000 and 30,000,000 USD

two.2.2) Information about options

Options: Yes

Description of these options: In addition to the previously stated contract duration of five years, the Authority may at its sole discretion extend the contract by a maximum of 2 years (taken in single or multiple year intervals).

The $20,000,000 to $30,000,000 estimated Contract value is inclusive of the value relating to the above options.

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: Potential Providers are expected to hold, or willing to obtain Maintenance Approved Organisation Scheme (MAOS) accreditation in accordance with MAA Regulatory Article 5850.

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: 5

Objective criteria for choosing the limited number of candidates: The Authority intends to invite a maximum of five (5) 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

702116450

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

19 September 2022 - 5:00pm

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 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

NH1 Atrium, #1027

Bristol

BS34 8JH

Email(s)

DESC17CSAE-Commercial@mod.gov.uk

Country

United Kingdom

six.4.1) Body responsible for mediation procedures

Ministry of Defence, Air Support, C17CSAE

NH1 Atrium, #1027

Bristol

BS34 8JH

Email(s)

DESC17CSAE-Commercial@mod.gov.uk

Country

United Kingdom

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

Ministry of Defence, Air Support, C17CSAE

NH1 Atrium, #1027

Bristol

BS34 8JH

Email(s)

DESC17CSAE-Commercial@mod.gov.uk

Country

United Kingdom