Provision of Parachute Packing and Maintenance in the UK
A Tender Notice
by MINISTRY OF DEFENCE
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 4.5 year
- Value
- £24M-£28M
- Sector
- DEFENCE
- Published
- 20 Oct 2023
- Delivery
- 01 Sep 2024 to 31 Mar 2029
- Deadline
- 20 Nov 2023 16:00
Concepts
Location
United Kingdom: UK






1 buyer
- MOD Bristol
Description
The UK MOD has a requirement for the provision of a parachute packing, maintenance and inventory management service based in the UK, in support of an estimated 15,000-25,000 parachute descents per annum, for a duration of 5 years. This service will include but is not limited to the undertaking of scheduled and unscheduled maintenance, repairs, modifications, Special Instructions (Technical) updates, inspections, training, storage, inventory management and transportation of parachute equipment to and from UK locations, with the aim of optimising parachute availability. The parachute equipment that will be supported includes, but is not limited to, various types of precision, low level, mass insertion and cargo parachutes and reserves along with associated ancillary equipment such as parachute release assemblies, carrying straps and life preservers (‘Parachute Equipment’). The Authority intends to award the contract in Q3/Q4 2024 with transition to full service commencement required by 1 Apr 25. Quantity or scope: The UK MOD has a requirement for the provision of a parachute packing, maintenance and inventory management service, based in the UK, in support of the MOD’s parachuting programme which conducts an estimated 15,000-25,000 parachute descents per annum. The duration of this requirement will be 5 years, however, the Authority may at its sole discretion extend the contract by a maximum of 2 years (taken in single or multiple year intervals). The Parachute Equipment that will be supported includes, but is not limited to, various types of precision, low level, mass insertion, cargo parachutes and reserves along with associated ancillary equipment such as parachute release assemblies, carrying straps and life preservers (‘Parachute Equipment’). New parachute systems may be brought into UK MOD service and into the scope of the requirement during the life of the contract. The required service will include: • packing and re-packing of UK military personnel and cargo Parachute Equipment with a quick turnaround to meet the Authority’s operational and exercise plans. This will include the washing and drying of Parachute Equipment when necessary, in accordance with procedures dictated by the Authority; • maintenance of Parachute Equipment which will include, but is not limited to, scheduled and unscheduled maintenance, repairs, modifications, Special Instructions (Technical) updates and inspections in accordance with the Authority’s procedures and timescales. These maintenance activities are to be undertaken at a UK facility provided by the successful tenderer, however, there may be a requirement by exception to provide this service from other UK locations when directed by the Authority; • an out of hours Point of Contact for urgent enquiries; • transportation of Parachute Equipment to and from RAF Brize Norton and other locations across the UK as required; • providing a dedicated storage facility of approximately 80,000 square feet which is climate controlled and fully equipped for storage of up to 20,000 items of Parachute Equipment; • managing data capture on equipment conditions, providing the Authority with updates on the status of parachute inventory and managing replenishment activities to maintain a consistent availability of equipment; • safe disposal of Parachute Equipment as and when required; • training of MOD personnel in Personnel and Cargo Parachute Equipment packing and maintenance All work is to be conducted in accordance with the latest Civil and Military airworthiness regulations. There may also be a requirement to perform further ad-hoc tasks upon formal request by the Authority.
CPV Codes
- 75221000 - Military defence services
Indicators
- This is a one-off contract (no recurrence)
- Financial restrictions apply.
- Professional qualifications are sought.
- Technical restrictions apply.
Other Information
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. The DPQQ can be accessed here - https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56423 The deadline for receipt of clarification questions relating to the DPQQ is 16:00 GMT on Friday 10th November 2023. The closing date for DPQQ submissions is 16:00 GMT on Monday 20th November 2023. 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. ** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 negotiated procedure with prior publication of a contract notice (the “competitive negotiated 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 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 'Very Low’ exists and therefore successful respondents invited to ITT will need to meet Cyber Essentials requirements. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Supplier Assurance Questionnaire using RAR code: 131900429 For further information refer to Def Stan 05-138, available at: https://www.gov.uk/government/publications/cyber-security-for-defence-suppliers-... 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 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.
Reference
- ocds-h6vhtk-040d97
- FTS 030988-2023