Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence, Strategic Command Commercial, Defence Intelligence
PE28 2EA
Huntingdon
For the attention of
Sinclair Karen
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 713495454 F17 CN
two.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 26: Other services
Main site or location of works, place of delivery or of performance
United Kingdom - Outer London
NUTS code
- UK - United Kingdom
two.1.5) Short description of the contract or purchase(s)
Number 1 Aeronautical Information Documents Unit (No 1 AIDU) as part of MOD UK Strategic Command Defence Intelligence intend to competitively assess, select and award a contract to provide the services of an Approved Instrument Flight Procedure (IFP) Design Organisation to support its portfolio of IFPs at aerodromes and sites in the UK and overseas. Activities include the design of new and the annual maintenance of existing IFP, Safeguarding opinion and associated expert advice in support of defence aviation.
The provision of the Services shall comply with MOD standards and policies for quality, safety, security and cyber, amongst others. Full details shall be provided at the ITT stage of the competition.
This procurement will be managed in accordance with the Restricted Procedure under Defence and Security Public Contracts Regulations 2011.
You may express your interest in this requirement by completing the Pre-Qualification Questionnaire (PQQ) found at https://contracts.mod.uk/go/173333560194BC22E1BE
The full requirement will be issued in the ITT and suppliers will be given appropriate time to respond with their tenders. The Authority intends to take forward a maximum of six suppliers that have provided a compliant response to the PQQ. The six highest scoring compliant suppliers will be invited to tender.
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
The estimated value of the contract provided £3,327,214 includes provision for additional tasking of approximately £280,000 per contract year. Volumes of additional tasking are not guaranteed under the contract and the figure is an estimate, subject to Authority funding and defence priorities.
Estimated value excluding VAT:
£3,327,214
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: No
two.3) Duration of the contract or time limit for completion
Start date: 10 July 2025
End date: 9 July 2030
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:
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
A Security Aspects Letter will be incorporated into the contract setting out the information that is to be safeguarded.
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: A declaration relating to supplier good standing is included in the Pre-Qualification Questionnaire (PQQ).
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 estimated annual contract value is £665,442.80.
If the estimated annual contract value is greater than 50% of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, for example such evidence may include:
(1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) stating whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier’s financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.
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 service must be delivered by individuals qualified as Instrument Flight Procedure Designers. Evidence (certification) required for each designer assigned to the work:
The provider must be a UK CAA approved procedure design organisation as set out in CAP 785. Recent CAA certification as evidence to be presented.
Provider required to operate a functional industrial recognised aviation standard Quality Management System (QMS) such as ISO 9001 or ISO 9100. Evidence of ISO accreditation required.
Information to evaluate whether the requirement is met will be sought through the formal pre-qualification questionnaire.
Minimum level(s) of standards possibly required: The service must be delivered by individuals qualified as Instrument Flight Procedure Designers. Evidence (certification) required for each designer assigned to the work:
The provider must be a UK CAA approved procedure design organisation as set out in CAP 785. Recent CAA certification as evidence to be presented.
Provider required to operate a functional industrial recognised aviation standard Quality Management System (QMS) such as BSI 9001 or BSI 9100. Evidence of BSI accreditation required.
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 6
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the supplier’s capacity and capability against the selection criteria.
The Authority will use the DPQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum economic, financial, professional and technical standards; and
(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.
Further details of the method for choosing the tenderers is set out in the DPQQ.
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
713495454
four.3.2) Previous publication(s) concerning the same contract
no
four.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
four.3.4) Time limit for receipt of tenders or requests to participate
25 March 2025 - 1:00pm
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.
The URL for the opportunity notice is provided below:
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59294
Cyber Risk Information:
Contract name: IFP Maintenance and Safeguarding
Risk Assessment Ref: RAR-240904A06
Cyber Risk Profile: Very Low
DPQQs returned to MOD – 25/03/2025 - 13:00