New Medium Helicopter contract reference 702091450

A Tender Notice (Defence)
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Contract ()
Duration
7 year
Value
£900M-£1B
Sector
TRANSPORT
Published
18 May 2022
Delivery
To 19 Jun 2029 (est.)
Deadline
20 Jun 2022 00:00

Concepts

Location

United Kingdom: RAF Benson, Wallingford, Oxfordshire, OX10 6AA

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

The Ministry of Defence (MoD) is considering the procurement of up to 44 New Medium Helicopters (NMH) to replace existing rotorcraft systems for Army and Strategic Commands. The scope of the contract will also include the provision of training capabilities and a maintenance/spares package as well as design organisation scope. The purpose of this Contract Notice is to invite potential and interested suppliers to formally express interest in participating in this procurement by completing a DPQQ found on the Defence Sourcing Portal (DSP) linked to this Notice. The high-level requirement for this procurement consists of: i. A range of up to 44 platforms. ii. Design Organisation integration services for Government Furnished Assets (GFA) and Mission Role Equipment (MRE). iii. Up to 2 x aircrew and rearcrew Flight Simulation Training Devices (FSTD) at the UK Main Operating Base (MOB). iv. Training courses for Qualified Helicopter Instructors (QHIs), aircrew and groundcrew maintainers. v. Courseware material for enduring aircrew and maintainer training. vi. An Initial In-Service Support Package, to include: • Initial Provisioning Spares. • Deployed Support Packages (DSPs). • Ground Support Equipment and Specialist Tooling. • Technical Publications and Aircrew Publications. • Logistics (Spares) Management. • Forward and Depth Maintenance. • Design Organisation (DO) modifications and technical support. New Medium Helicopters (NMH) intends to rationalise its existing multiple rotary wing requirements into one platform-type, maximising commonality in order to improve efficiency and operational flexibility. NMH will provide a common medium lift multi-role helicopter, fitted for, but not with, specialist Mission Role Equipment (MRE) and able to operate in all environments in support of defence tasks.

Renewal Options

The Authority anticipates that there may be a requirement to procure additional work through this contract. Options that have a clearly defined scope will be defined in the ITN, and the Authority may seek costed options for additional work such as: • Manufacture and Supply of additional aircraft • Introduction of enhanced capability.

CPV Codes

  • 34711500 - Helicopters
  • 34710000 - Helicopters, aeroplanes, spacecraft and other powered aircraft
  • 34711000 - Helicopters and aeroplanes
  • 34741400 - Flight simulators
  • 35612100 - Combat helicopters
  • 35612400 - Military transport helicopters
  • 50212000 - Repair and maintenance services of helicopters

Indicators

  • An E-Auction will not be used.
  • Economic restrictions apply.
  • The operator's personal situation may be considered.
  • Technical restrictions apply.

Other Information

The contract duration is anticipated to be 7 years (as referred to in section II.3) but will be determined by the agreed production schedule that will reflect the supplier’s ability to complete delivery of aircraft and an initial support phase. The support solution duration is anticipated to be approximately 5 years from first aircraft delivery, taking into consideration the manufacturer’s delivery schedule, or until aircraft production is complete, whichever is later. Training services will commence prior to first aircraft delivery to support entry into service. Notwithstanding the above, it is anticipated that the maximum contract duration will be 7 years. The Cyber Risk Assessment code is RAR-440604976 and has been rated as MODERATE Risk. 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 The documentation is under development and will be released with the ITN. The selected supplier may be required to actively participate in the achievement of social and/or environmental objectives. Accordingly, contract performance conditions may relate in particular to social, environmental or other corporate social responsibility considerations. The Authority anticipates that the contract will include a requirement for a UK Onshore Design capability. Further details will be set out in the ITN and the contract. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Ministry of Defence (MoD) at any time. MoD reserves the right at any time to: (i) reject any or all responses and to cancel or withdraw this procurement at any stage; (ii) award a contract without prior notice; (iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; (iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); (v) terminate the procurement process; and (vi) amend the terms and conditions of the selection and evaluation process. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received. MOD reserves the right to require parent company guarantees or other forms of security. In line with Government policy, the Authority is keen to promote and achieve social value benefits through its commercial activities. Accordingly, social value will account for over 10% of the tender evaluation criteria. Details of how the Authority intends to incorporate social value in this procurement process, whether as part of the tender evaluation process and/or the contractual requirements, will be set out in the ITN.

Reference

Domains