Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Project TAMPA - Additive Manufacturing as a Service Challenge

  • First published: 17 September 2022
  • Last modified: 17 September 2022
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-032c1b
Published by:
Unknown
Authority ID:
AA47308
Publication date:
17 September 2022
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence

DES FCG-Commercial, Future Capabilities Group, Spruce 2B, MOD Abbey Wood

Bristol

BS34 8JH

UK

Bethany Gold

Gold Bethany


Bethany.Gold100@mod.gov.uk


www.GOV.UK


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Project TAMPA - Additive Manufacturing as a Service Challenge

II.1.2)

Type of service contract

14

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


UK

II.1.3)

Information on framework agreement

Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

7

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

3000000.005000000.00GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Additive Manufacturing (AdM), also known as 3D printing, is a range of manufacturing technologies that enable the creation of lighter, stronger parts and systems. It has the potential to address significant issues within Defence such as excessive lead times for Defence inventory and manufacture of obsolete/obsolescent parts to improve platform availability. A Prior Information Notice (PIN) was published on 11/04/2022 to inform the market of an upcoming Framework Agreement opportunity under the Reference Number 703280451, titled ‘Metal Additive Manufacturing as a Service Challenge’. This Project will now be known as ‘Project TAMPA –Additive Manufacturing as a Service Challenge’ under the new Reference Number of this Opportunity Listing.

The Authority wishes to enter into a multi-supplier Framework Arrangement for accelerating the maturity of Additive Manufacturing technology to better exploit the technology within the end-to-end support chain, deliver a more agile response to demand for parts, and begin to generate the inherent efficiencies that this technology promises. The Authority intends to seek bids for limited innovation funding to conduct spiral development tasks under the new Framework; spiral tasks will be awarded via mini-competition between Framework participants (the Authority may choose to include the first task with the Framework Invitation to Tender). The Authority currently estimates the Framework value between £3M - 5M, duration of 2 - 7 years (further funding in the later Option years (up to the max 7 yrs) may be considered). It is recognised that the funding available from the Authority needs to be underpinned by a level of investment from suppliers in order to realise the advantages of this technology.

The Authority also requires that suppliers wishing to apply for this Opportunity must already have one or more extant equipment/platform support contracts in place with the Ministry of Defence to provide military spares under NSN; the supply of spare parts must be capable of benefitting from Metal Additive Manufacturing technology. The support contracts already in place with potential suppliers for this Opportunity must be extant for a minimum period of 2 years following the intended award date of the Framework. If these extant support contracts expire without replacement then the supplier may stay on the Framework but may not be invited to take part in any mini-competitions where the existence of the support contract is a pre-requisite: they may however still take part in other Framework activities, eg working groups.

The rationale for restricting award of a Framework place to those Suppliers who already have an equipment/ platform support contract in place is that these Suppliers will:

• understand the challenges associated with part provision for these equipment/platform(s);

• will be familiar with the underlying processes and procedures associated with certification, quality control and inventory management

• will be familiar with the MOD community associated with the equipment/platform(s)

• have access to the design rights with the equipment/platform(s)

• already have channels set up to supply and install spares on military platforms

• either have in-house additive manufacturing facilities, have established relationships with additive manufacturing technology suppliers, or be willing to enter into such collaborative arrangements.

• be security cleared for involvement with the supply of spares for particular equipments/platform(s)

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is NOT APPLICABLE.

Additional Information:

It is intended that the multi-supplier Framework benefits/outcomes will include, but may not be limited to:

• Initially produce certified metallic parts for the Defence Inventory, for which the print files are transmissible over the Defence infrastructure;

• Collect and share learning with the Authority and collaborative MOD/ industry working groups regarding the process to fit the parts onto In-Service platform/equipments (conducted under extant support contracts with the Authority);

• Facilitate collaborative working to generate the underlying processes that will enable rapid scaling across further ranges of inventory and materials;

• Achieve Industry, DE&S and FLC engagement, increased interest and commitment regarding the use of Additive Manufacturing within the UK Defence Supply Chain.

The rationale for focusing initially on metallic parts is two-fold:

• It is the lack of availability of metallic parts of the inventory that is currently affecting equipment/ platform availability;

• It reduces the needs associated with certification.

The Authority anticipates that an initial task (Spiral 1) under the new Framework will produce a non-safety critical metallic NSN. This will be followed by a series of further spirals that will seek to incrementally address increasing degrees of complexity.

The spiral tasks envisaged by the Authority are set out below (these will be subject to individual approvals and are indicative only at this stage):

• Spiral 2 - a safety critical metallic NSN, produced in the Industrial base, certified by the producer (OEM or under licence).

• Spiral 3 - a non-safety critical metallic (or polymer) NSN, produced in a location remote from the Industrial base, certified by the producer

• Spiral 4a - a safety critical metallic (or polymer) NSN, produced in a location remote from the industrial base, certified by the producer

• Spiral 4b - a non-safety critical metallic (or polymer) NSN, produced in a location remote from the Industrial base, certified by the producer and where access to Design Rights is required.

This competition is subject to the DSPCR 2011 Restricted Procedure. To establish a list of suppliers to be taken forward to ITT, it is the Authority’s intention, through this PQQ and Contract Notice, to source interest from and screen the capability of the industrial supply base. Participation at the next stage (Invitation to Tender (ITT)) will be subject to successfully passing the Pre-Qualification Questionnaire (PQQ) released with this Contract Notice. There is no intention to limit by number the suppliers who can be taken forward to the Invitation to Tender stage as this will be for joining a multi-supplier Framework; however potential applicants are advised that their PQQ responses will be evaluated on the basis of their ability to meet all the technical criteria and those not meeting the minimum criteria will not be taken forward to receive an Invitation to Tender.

The Authority intends to re-open the Framework on a maximum twice-yearly basis for additional suppliers to join, via the same competitive process and under the same Framework terms and conditions.

II.1.6)

Common Procurement Vocabulary (CPV)

73410000
35422000
35611400
35612300
35612400
35631100
35631200
35631300
35641100
35642000
35811300
35813100
50111110
50610000
50620000
50630000
50640000
50650000
50660000
73421000
73422000
73423000
73425000
73426000
73431000
73432000
73433000
73434000
73435000
73436000
75221000
98362100

II.1.7)

Information about subcontracting

Checked box
Checked box
Unchecked box
Unchecked box
Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The Framework will last for initially 2 years and will be subject to further Options for years 3 up to 7. The Framework is intended to be re-opened on a maximum twice-yearly basis for other suppliers to join, via the same competitive process and under the same Framework terms and conditions..
 3000000.005000000.00
GBP

II.2.2)

Information about options

Years 3 to 7 of the Framework will be subject to Options.

Provisional timetable for recourse to these options

12

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

84

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

See PQQ

III.1.5)

Information about security clearance


III.2)

Conditions for Participation

III.2.1)

Personal situation



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.




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.

III.2.2)

Economic and financial standing



Suppliers must already have an existing MOD equipment/platform support contract in place.

See also PQQ



Suppliers must already have an existing MOD equipment/platform support contract in place.

See also PQQ.




Suppliers must already have an existing MOD equipment/platform support contract in place.

See also PQQ



See PQQ

III.2.3)

Technical and/or professional capacity



As stated in the PQQ

As stated in the PQQ


As stated in the PQQ

As stated in the PQQ

III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

3

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

704935450

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2022/S 000-009600 11-4-2022

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 17-10-2022  23:59

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


Maximum twice yearly framework re-opening

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.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.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 16-9-2022

Coding

Commodity categories

ID Title Parent category
35631100 Communication satellites Military satellites
73422000 Development of firearms and ammunition Pre-feasibility study and technological demonstration
73425000 Development of military aircrafts, missiles and spacecrafts Pre-feasibility study and technological demonstration
73426000 Development of military electronic systems Pre-feasibility study and technological demonstration
73423000 Development of military vehicles Pre-feasibility study and technological demonstration
73421000 Development of security equipment Pre-feasibility study and technological demonstration
35642000 Electronic and electrical spare parts for military aerospace equipment Parts for military aerospace equipment
35422000 Electronic and electrical spare parts for military vehicles Parts of military vehicles
35641100 Engines and engine parts for military aerospace equipment Structure and mechanical spare parts for military aerospace equipment
35813100 Helmet covers Military helmets
98362100 Marine-base support services Port management services
75221000 Military defence services Defence services
73410000 Military research and technology Research and Development services on security and defence materials
35611400 Military transport aircrafts Military aircrafts
35612400 Military transport helicopters Military aircrafts
35811300 Military uniforms Individual equipment
35631300 Navigation satellites Military satellites
35631200 Observation satellites Military satellites
50620000 Repair and maintenance services of firearms and ammunition Repair and maintenance services of security and defence materials
50650000 Repair and maintenance services of military aircrafts, missiles and spacecrafts Repair and maintenance services of security and defence materials
50660000 Repair and maintenance services of military electronic systems Repair and maintenance services of security and defence materials
50630000 Repair and maintenance services of military vehicles Repair and maintenance services of security and defence materials
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
50640000 Repair and maintenance services of warships Repair and maintenance services of security and defence materials
35612300 Support helicopters Military aircrafts
73432000 Test and evaluation of firearms and ammunition Test and evaluation
73435000 Test and evaluation of military aircrafts, missiles and spacecrafts Test and evaluation
73436000 Test and evaluation of military electronic systems Test and evaluation
73433000 Test and evaluation of military vehicles Test and evaluation
73431000 Test and evaluation of security equipment Test and evaluation
73434000 Test and evaluation of warships Test and evaluation
50111110 Vehicle-fleet-support services Fleet management, repair and maintenance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.