Tender Alerts
30-day free trial

Book a demo and onboarding session today.
Get set up for success and win business on a 30-day free trial.

Book a call

There are 13 contracts in this contracting process.

TenderAmendment

Fleet Helicopter Support Unit (FHSU) - Contracts Finder Opportunity Notice

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    8th May 2024 16:10:31 PM

    TenderAmendment Deadline

    5th July 2024 16:00:00 PM   48 days remaining

  • Contract Summary

    Contracts Finder Opportunity Notice - to accompany the publication of redacted tender documents in accordance with the Government Transparency Agenda. Background: The Defence Equipment and Support (DE&S) Multi Helicopter Platforms (MHP) Project Delivery Team has a requirement for a contracted crewed capability that can provide a medium-lift Support Helicopter (SH) capability to meet Fleet Operational Standards and Training (FOST) and Navy Command (NC) requirements. The project has a security classification of Official Sensitive. Requirement: The requirement is to provide a contractor owned rotary wing Air System (AS) service for the Royal Navy (RN), providing point-to-point flights delivering military and non-military personnel to enable the conduct of operational sea training and supporting tasks, including transportation of freight. The service will be operated on a Military Registered Civil Operated Aircraft (MRCOA) contract basis. Please Note: The Authority requires the successful bidder to be ready to deliver an initial service to specified ships from 1 April 2026.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Selective

    Procurement Method Details

    Competitive Procedure With Negotiation (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Andy Davies

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    MHP Delivery Team, Spruce 0c, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Tender

Fleet Helicopter Support Unit (FHSU) - Contracts Finder Opportunity Notice

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    8th May 2024 16:07:06 PM

    Tender Deadline

    5th July 2024 16:00:00 PM   48 days remaining

  • Contract Summary

    Contracts Finder Opportunity Notice - to accompany the publication of redacted tender documents in accordance with the Government Transparency Agenda. Background: The Defence Equipment and Support (DE&S) Multi Helicopter Platforms (MHP) Project Delivery Team has a requirement for a contracted crewed capability that can provide a medium-lift Support Helicopter (SH) capability to meet Fleet Operational Standards and Training (FOST) and Navy Command (NC) requirements. The project has a security classification of Official Sensitive. Requirement: The requirement is to provide a contractor owned rotary wing Air System (AS) service for the Royal Navy (RN), providing point-to-point flights delivering military and non-military personnel to enable the conduct of operational sea training and supporting tasks, including transportation of freight. The service will be operated on a Military Registered Civil Operated Aircraft (MRCOA) contract basis. Please Note: The Authority requires the successful bidder to be ready to deliver an initial service to specified ships from 1 April 2026.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Tender

    Procurement Method

    Selective

    Procurement Method Details

    Competitive Procedure With Negotiation (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Andy Davies

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    MHP Delivery Team, Spruce 0c, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

TenderAmendment

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    20th December 2023 14:25:39 PM

    TenderAmendment Deadline

    19th January 2024 17:00:00 PM   Expired

  • Contract Summary

    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 Dynamic Pre-Qualification Questionnaire (DPQQ) found on the Defence Sourcing Portal (DSP) linked to this Notice. Background: The Defence Equipment and Support (DE&S) Multi Helicopter Platforms (MHP) Project Delivery Team has a requirement for a contracted crewed capability that can provide a medium-lift Support Helicopter (SH) capability to meet Fleet Operational Standards and Training (FOST) and Navy Command (NC) requirements. The project has a security classification of Official Sensitive. Requirement: The requirement is to provide a contractor owned rotary wing Air System (AS) service for the Royal Navy (RN), providing point-to-point flights delivering military and non-military personnel to enable the conduct of operational sea training and supporting tasks, including transportation of freight. The service will be operated on a Military Registered Civil Operated Aircraft (MRCOA) contract basis. Please Note: The Authority requires the successful bidder to be ready to deliver an initial service to specified ships from 1 April 2026. The Contractor will be required to: 1. Provide crew for the Military Registered AS to fly up to 500 hours per annum based on one assured task line. 2. Deliver tasking by day and night, throughout the year and in adverse weather conditions within the South Coast Exercise Areas (SCEXAs) and wider UK Flight Information Region (FIR). 3. Provide an AS with an endurance of a minimum of 2.5 hours (objective 3.5 hours) and a capability of 200 nautical miles of range with full load & fuel. 4. Provide an AS with a capacity and internal load of minimum 500kg (objective 1000kg), 1m³ (objective 1.5 m³) internal space, or minimum 6 (objective 16) passengers with baggage and/or equipment (100kg each); External Underslung Load minimum 1000kg (objective 1500kg). 5. Provide an AS with the capability to integrate with all civil and NATO Maritime, Land and Air communications and navigation requirements. 6. Provide a service capable of operating from the contractor's Main Operating Base (MOB) to RN, Royal Fleet Auxiliary (RFA) and International Partner Nation (IPN) vessels at sea. 7. Hold a European Union Aviation Safety Agency (EASA)/UK CAA Part 145 Aircraft Maintenance Organisation Approval (Rotary Wing) and maintain that for the duration of the service. Note - The contractor will be required to hold a MAOS MRP Part 145 Approval in accordance with MRP RA 4800 Annex A for the duration of the service. 8. Hold EASA/UK CAA Part M/Part CAMO Continuing Airworthiness Management Organisation Approval and maintain that for the duration of the service. 9. Act as the ASCDO and hold an associated DAOS approval for the duration of the service. Additional information: See full Contract Notice document with Opportunity Notice and DPQQ with associated Annexes A and B at Defence Sourcing Portal. This notice was changed on 20/12/23 in order to remove the requirement for holding EASA/UK CAA Part 21 J Design Organisation Approval (Rotary Wing) and add the requirement to hold MAOS MRP Part 145 approval in accordance with MRP RA 4800 Annex A and to act as the ASCDO and hold an associated DAOS approval for the duration of the service. The end date for expressions of interest has been extended by one week as a result

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Selective

    Procurement Method Details

    Competitive Procedure With Negotiation (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Andy Davies

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    MHP Delivery Team, Spruce 0c, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Tender

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    29th November 2023 14:50:56 PM

    Tender Deadline

    12th January 2024 17:00:00 PM   Expired

  • Contract Summary

    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 Dynamic Pre-Qualification Questionnaire (DPQQ) found on the Defence Sourcing Portal (DSP) linked to this Notice. Background: The Defence Equipment and Support (DE&S) Multi Helicopter Platforms (MHP) Project Delivery Team has a requirement for a contracted crewed capability that can provide a medium-lift Support Helicopter (SH) capability to meet Fleet Operational Standards and Training (FOST) and Navy Command (NC) requirements. The project has a security classification of Official Sensitive. Requirement: The requirement is to provide a contractor owned rotary wing Air System (AS) service for the Royal Navy (RN), providing point-to-point flights delivering military and non-military personnel to enable the conduct of operational sea training and supporting tasks, including transportation of freight. The service will be operated on a Military Registered Civil Operated Aircraft (MRCOA) contract basis. Please Note: The Authority requires the successful bidder to be ready to deliver an initial service to specified ships from 1 April 2026. The Contractor will be required to: 1. Provide crew for the Military Registered AS to fly up to 500 hours per annum based on one assured task line. 2. Deliver tasking by day and night, throughout the year and in adverse weather conditions within the South Coast Exercise Areas (SCEXAs) and wider UK Flight Information Region (FIR). 3. Provide an AS with an endurance of a minimum of 2.5 hours (objective 3.5 hours) and a capability of 200 nautical miles of range with full load & fuel. 4. Provide an AS with a capacity and internal load of minimum 500kg (objective 1000kg), 1m³ (objective 1.5 m³) internal space, or minimum 6 (objective 16) passengers with baggage and/or equipment (100kg each); External Underslung Load minimum 1000kg (objective 1500kg). 5. Provide an AS with the capability to integrate with all civil and NATO Maritime, Land and Air communications and navigation requirements. 6. Provide a service capable of operating from the contractor's Main Operating Base (MOB) to RN, Royal Fleet Auxiliary (RFA) and International Partner Nation (IPN) vessels at sea. 7. Hold a European Union Aviation Safety Agency (EASA) Part 145 Aircraft Maintenance Organisation Approval (Rotary Wing) and maintain that for the duration of the service. 8. Hold EASA Part M Continuing Airworthiness Management Organisation Approval and maintain that for the duration of the service. 9. Hold EASA Part 21 J Design Organisation Approval (Rotary Wing) and maintain that for the duration of the service. Additional information: See full Contract Notice document with Opportunity Notice and DPQQ with associated Annexes A and B at Defence Sourcing Portal

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Tender

    Procurement Method

    Selective

    Procurement Method Details

    Competitive Procedure With Negotiation (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Andy Davies

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    MHP Delivery Team, Spruce 0c, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Planning

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    1st June 2022 06:46:35 AM

    Planning Deadline

    6th June 2022 22:59:59 PM   Expired

  • Contract Summary

    Description/ Requirement: The Authority is issuing this RFI to understand the availability, capability, and competitiveness of solutions for the provision of the below indicative requirement. The anticipated contract length is approximately 5 years with a potential option to extend. Indicative Requirement - Fleet Helicopter Support Unit (FHSU) - The user requires a contracted crewed capability that can provide a medium-lift maritime Support Helicopter (SH) capability to support tasking by day and night and in all weather conditions within the Flag Officer Sea Training (FOST) South Coast Exercise Areas (SCXAs) and wider UK Flight Information Region (FIR). In addition to the principal task of transporting personnel and/or freight to, from and between ships at sea in the SCXAs for FOST, a further two requirements are under consideration for inclusion within the future FHSU contract: Provision of land-based maritime airborne Search and Rescue (SAR) service for Maritime Counter Terrorism (MCT) Force Generation training. This would encompass supporting up to six (6) UK based exercises per year, each of up to one (1) week duration in two calendar blocks occurring in Spring and Autumn each year and requiring up to 24hrs flying per exercise. This requires an assured ability to search for and recover individual persons from the sea at night, with an additional emphasis on being able to deliver them rapidly to specialist medical care in a timely manner. A further emerging requirement may be to transport personnel and/or freight to the Queen Elizabeth Class (QEC) carrier and other UK based RN shipping based around an initial utilisation of circa 100hrs/yr. Both these additional requirements are to be confirmed by Final Business Case (FBC). Please see attachment to this notice for the full notice and question set. Note also Clarification Question No. 1 and answer in second attachment. Clarification Questions Nos.2 to 16 are in the third to sixth attachments. Additional information: The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. Note that due to the Authority's need to ensure equality of treatment for all potential bidders in any subsequent procurement, we may then decide not to use a supplier's response if that response is commercially sensitive and potentially distorts competition. By receiving this information, the MOD is not obligated to enter into contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    N/A

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    35612500
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    SPMAP, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Planning

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    27th May 2022 11:56:38 AM

    Planning Deadline

    2nd June 2022 22:59:59 PM   Expired

  • Contract Summary

    Description/ Requirement: The Authority is issuing this RFI to understand the availability, capability, and competitiveness of solutions for the provision of the below indicative requirement. The anticipated contract length is approximately 5 years with a potential option to extend. Indicative Requirement - Fleet Helicopter Support Unit (FHSU) - The user requires a contracted crewed capability that can provide a medium-lift maritime Support Helicopter (SH) capability to support tasking by day and night and in all weather conditions within the Flag Officer Sea Training (FOST) South Coast Exercise Areas (SCXAs) and wider UK Flight Information Region (FIR). In addition to the principal task of transporting personnel and/or freight to, from and between ships at sea in the SCXAs for FOST, a further two requirements are under consideration for inclusion within the future FHSU contract: Provision of land-based maritime airborne Search and Rescue (SAR) service for Maritime Counter Terrorism (MCT) Force Generation training. This would encompass supporting up to six (6) UK based exercises per year, each of up to one (1) week duration in two calendar blocks occurring in Spring and Autumn each year and requiring up to 24hrs flying per exercise. This requires an assured ability to search for and recover individual persons from the sea at night, with an additional emphasis on being able to deliver them rapidly to specialist medical care in a timely manner. A further emerging requirement may be to transport personnel and/or freight to the Queen Elizabeth Class (QEC) carrier and other UK based RN shipping based around an initial utilisation of circa 100hrs/yr. Both these additional requirements are to be confirmed by Final Business Case (FBC). Please see attachment to this notice for the full notice and question set. Note also Clarification Question No. 1 and answer in second attachment. Clarification Questions Nos.2 to 15 are in the third , fourth and fifth attachments. Additional information: The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. Note that due to the Authority's need to ensure equality of treatment for all potential bidders in any subsequent procurement, we may then decide not to use a supplier's response if that response is commercially sensitive and potentially distorts competition. By receiving this information, the MOD is not obligated to enter into contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    N/A

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    35612500
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    SPMAP, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Planning

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    25th May 2022 15:59:58 PM

    Planning Deadline

    2nd June 2022 22:59:59 PM   Expired

  • Contract Summary

    Description/ Requirement: The Authority is issuing this RFI to understand the availability, capability, and competitiveness of solutions for the provision of the below indicative requirement. The anticipated contract length is approximately 5 years with a potential option to extend. Indicative Requirement - Fleet Helicopter Support Unit (FHSU) - The user requires a contracted crewed capability that can provide a medium-lift maritime Support Helicopter (SH) capability to support tasking by day and night and in all weather conditions within the Flag Officer Sea Training (FOST) South Coast Exercise Areas (SCXAs) and wider UK Flight Information Region (FIR). In addition to the principal task of transporting personnel and/or freight to, from and between ships at sea in the SCXAs for FOST, a further two requirements are under consideration for inclusion within the future FHSU contract: Provision of land-based maritime airborne Search and Rescue (SAR) service for Maritime Counter Terrorism (MCT) Force Generation training. This would encompass supporting up to six (6) UK based exercises per year, each of up to one (1) week duration in two calendar blocks occurring in Spring and Autumn each year and requiring up to 24hrs flying per exercise. This requires an assured ability to search for and recover individual persons from the sea at night, with an additional emphasis on being able to deliver them rapidly to specialist medical care in a timely manner. A further emerging requirement may be to transport personnel and/or freight to the Queen Elizabeth Class (QEC) carrier and other UK based RN shipping based around an initial utilisation of circa 100hrs/yr. Both these additional requirements are to be confirmed by Final Business Case (FBC). Please see attachment to this notice for the full notice and question set. Note also Clarification Question No. 1 and answer in second attachment. Clarification Questions Nos.2 to 13 are in the third and fourth attachments. Additional information: The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. Note that due to the Authority's need to ensure equality of treatment for all potential bidders in any subsequent procurement, we may then decide not to use a supplier's response if that response is commercially sensitive and potentially distorts competition. By receiving this information, the MOD is not obligated to enter into contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    N/A

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    35612500
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    SPMAP, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Planning

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    25th May 2022 15:56:38 PM

    Planning Deadline

    2nd June 2022 22:59:59 PM   Expired

  • Contract Summary

    Description/ Requirement: The Authority is issuing this RFI to understand the availability, capability, and competitiveness of solutions for the provision of the below indicative requirement. The anticipated contract length is approximately 5 years with a potential option to extend. Indicative Requirement - Fleet Helicopter Support Unit (FHSU) - The user requires a contracted crewed capability that can provide a medium-lift maritime Support Helicopter (SH) capability to support tasking by day and night and in all weather conditions within the Flag Officer Sea Training (FOST) South Coast Exercise Areas (SCXAs) and wider UK Flight Information Region (FIR). In addition to the principal task of transporting personnel and/or freight to, from and between ships at sea in the SCXAs for FOST, a further two requirements are under consideration for inclusion within the future FHSU contract: Provision of land-based maritime airborne Search and Rescue (SAR) service for Maritime Counter Terrorism (MCT) Force Generation training. This would encompass supporting up to six (6) UK based exercises per year, each of up to one (1) week duration in two calendar blocks occurring in Spring and Autumn each year and requiring up to 24hrs flying per exercise. This requires an assured ability to search for and recover individual persons from the sea at night, with an additional emphasis on being able to deliver them rapidly to specialist medical care in a timely manner. A further emerging requirement may be to transport personnel and/or freight to the Queen Elizabeth Class (QEC) carrier and other UK based RN shipping based around an initial utilisation of circa 100hrs/yr. Both these additional requirements are to be confirmed by Final Business Case (FBC). Please see attachment to this notice for the full notice and question set. Note also Clarification Question No. 1 and answer in second attachment. Clarification Questions Nos.2 to 13 are in the third and fourth attachments. Additional information: The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. Note that due to the Authority's need to ensure equality of treatment for all potential bidders in any subsequent procurement, we may then decide not to use a supplier's response if that response is commercially sensitive and potentially distorts competition. By receiving this information, the MOD is not obligated to enter into contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    N/A

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    35612500
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    SPMAP, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Planning

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    24th May 2022 15:53:20 PM

    Planning Deadline

    2nd June 2022 22:59:59 PM   Expired

  • Contract Summary

    Description/ Requirement: The Authority is issuing this RFI to understand the availability, capability, and competitiveness of solutions for the provision of the below indicative requirement. The anticipated contract length is approximately 5 years with a potential option to extend. Indicative Requirement - Fleet Helicopter Support Unit (FHSU) - The user requires a contracted crewed capability that can provide a medium-lift maritime Support Helicopter (SH) capability to support tasking by day and night and in all weather conditions within the Flag Officer Sea Training (FOST) South Coast Exercise Areas (SCXAs) and wider UK Flight Information Region (FIR). In addition to the principal task of transporting personnel and/or freight to, from and between ships at sea in the SCXAs for FOST, a further two requirements are under consideration for inclusion within the future FHSU contract: Provision of land-based maritime airborne Search and Rescue (SAR) service for Maritime Counter Terrorism (MCT) Force Generation training. This would encompass supporting up to six (6) UK based exercises per year, each of up to one (1) week duration in two calendar blocks occurring in Spring and Autumn each year and requiring up to 24hrs flying per exercise. This requires an assured ability to search for and recover individual persons from the sea at night, with an additional emphasis on being able to deliver them rapidly to specialist medical care in a timely manner. A further emerging requirement may be to transport personnel and/or freight to the Queen Elizabeth Class (QEC) carrier and other UK based RN shipping based around an initial utilisation of circa 100hrs/yr. Both these additional requirements are to be confirmed by Final Business Case (FBC). Please see attachment to this notice for the full notice and question set. Note also Clarification Question No. 1 and answer in second attachment. Clarification Questions Nos.2 to 7 are in the third attachment. Additional information: The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. Note that due to the Authority's need to ensure equality of treatment for all potential bidders in any subsequent procurement, we may then decide not to use a supplier's response if that response is commercially sensitive and potentially distorts competition. By receiving this information, the MOD is not obligated to enter into contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    N/A

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    35612500
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    SPMAP, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Planning

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    16th May 2022 13:25:39 PM

    Planning Deadline

    2nd June 2022 22:59:59 PM   Expired

  • Contract Summary

    Description/ Requirement: The Authority is issuing this RFI to understand the availability, capability, and competitiveness of solutions for the provision of the below indicative requirement. The anticipated contract length is approximately 5 years with a potential option to extend. Indicative Requirement - Fleet Helicopter Support Unit (FHSU) - The user requires a contracted crewed capability that can provide a medium-lift maritime Support Helicopter (SH) capability to support tasking by day and night and in all weather conditions within the Flag Officer Sea Training (FOST) South Coast Exercise Areas (SCXAs) and wider UK Flight Information Region (FIR). In addition to the principal task of transporting personnel and/or freight to, from and between ships at sea in the SCXAs for FOST, a further two requirements are under consideration for inclusion within the future FHSU contract: Provision of land-based maritime airborne Search and Rescue (SAR) service for Maritime Counter Terrorism (MCT) Force Generation training. This would encompass supporting up to six (6) UK based exercises per year, each of up to one (1) week duration in two calendar blocks occurring in Spring and Autumn each year and requiring up to 24hrs flying per exercise. This requires an assured ability to search for and recover individual persons from the sea at night, with an additional emphasis on being able to deliver them rapidly to specialist medical care in a timely manner. A further emerging requirement may be to transport personnel and/or freight to the Queen Elizabeth Class (QEC) carrier and other UK based RN shipping based around an initial utilisation of circa 100hrs/yr. Both these additional requirements are to be confirmed by Final Business Case (FBC). Please see attachment to this notice for the full notice and question set. Note also Clarification Question No. 1 and answer in second attachment. Additional information: The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. Note that due to the Authority's need to ensure equality of treatment for all potential bidders in any subsequent procurement, we may then decide not to use a supplier's response if that response is commercially sensitive and potentially distorts competition. By receiving this information, the MOD is not obligated to enter into contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    N/A

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    35612500
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    SPMAP, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Planning

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    25th April 2022 20:06:36 PM

    Planning Deadline

    2nd June 2022 22:59:59 PM   Expired

  • Contract Summary

    Description/ Requirement: The Authority is issuing this RFI to understand the availability, capability, and competitiveness of solutions for the provision of the below indicative requirement. The anticipated contract length is approximately 5 years with a potential option to extend. Indicative Requirement - Fleet Helicopter Support Unit (FHSU) - The user requires a contracted crewed capability that can provide a medium-lift maritime Support Helicopter (SH) capability to support tasking by day and night and in all weather conditions within the Flag Officer Sea Training (FOST) South Coast Exercise Areas (SCXAs) and wider UK Flight Information Region (FIR). In addition to the principal task of transporting personnel and/or freight to, from and between ships at sea in the SCXAs for FOST, a further two requirements are under consideration for inclusion within the future FHSU contract: Provision of land-based maritime airborne Search and Rescue (SAR) service for Maritime Counter Terrorism (MCT) Force Generation training. This would encompass supporting up to six (6) UK based exercises per year, each of up to one (1) week duration in two calendar blocks occurring in Spring and Autumn each year and requiring up to 24hrs flying per exercise. This requires an assured ability to search for and recover individual persons from the sea at night, with an additional emphasis on being able to deliver them rapidly to specialist medical care in a timely manner. A further emerging requirement may be to transport personnel and/or freight to the Queen Elizabeth Class (QEC) carrier and other UK based RN shipping based around an initial utilisation of circa 100hrs/yr. Both these additional requirements are to be confirmed by Final Business Case (FBC). Please see the attachment to this notice for the full notice and question set. Additional information: The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. Note that due to the Authority's need to ensure equality of treatment for all potential bidders in any subsequent procurement, we may then decide not to use a supplier's response if that response is commercially sensitive and potentially distorts competition. By receiving this information, the MOD is not obligated to enter into contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    N/A

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    35612500
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    SPMAP, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Planning

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    25th April 2022 20:05:31 PM

    Planning Deadline

    2nd June 2022 22:59:59 PM   Expired

  • Contract Summary

    Description/ Requirement: The Authority is issuing this RFI to understand the availability, capability, and competitiveness of solutions for the provision of the below indicative requirement. The anticipated contract length is approximately 5 years with a potential option to extend. Indicative Requirement - Fleet Helicopter Support Unit (FHSU) - The user requires a contracted crewed capability that can provide a medium-lift maritime Support Helicopter (SH) capability to support tasking by day and night and in all weather conditions within the Flag Officer Sea Training (FOST) South Coast Exercise Areas (SCXAs) and wider UK Flight Information Region (FIR). In addition to the principal task of transporting personnel and/or freight to, from and between ships at sea in the SCXAs for FOST, a further two requirements are under consideration for inclusion within the future FHSU contract: Provision of land-based maritime airborne Search and Rescue (SAR) service for Maritime Counter Terrorism (MCT) Force Generation training. This would encompass supporting up to six (6) UK based exercises per year, each of up to one (1) week duration in two calendar blocks occurring in Spring and Autumn each year and requiring up to 24hrs flying per exercise. This requires an assured ability to search for and recover individual persons from the sea at night, with an additional emphasis on being able to deliver them rapidly to specialist medical care in a timely manner. A further emerging requirement may be to transport personnel and/or freight to the Queen Elizabeth Class (QEC) carrier and other UK based RN shipping based around an initial utilisation of circa 100hrs/yr. Both these additional requirements are to be confirmed by Final Business Case (FBC). Please see the attachment to this notice for the full notice and question set. Additional information: The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. Note that due to the Authority's need to ensure equality of treatment for all potential bidders in any subsequent procurement, we may then decide not to use a supplier's response if that response is commercially sensitive and potentially distorts competition. By receiving this information, the MOD is not obligated to enter into contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    N/A

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    35612500
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    SPMAP, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)

Planning

Fleet Helicopter Support Unit (FHSU)

MINISTRY OF DEFENCE

Use free tender search to find more contracts.
  • Contract Timeline

    Publication Date

    25th April 2022 11:22:07 AM

    Planning Deadline

    2nd June 2022 22:59:59 PM   Expired

  • Contract Summary

    Description/ Requirement: The Authority is issuing this RFI to understand the availability, capability, and competitiveness of solutions for the provision of the below indicative requirement. The anticipated contract length is approximately 5 years with a potential option to extend. Indicative Requirement - Fleet Helicopter Support Unit (FHSU) - The user requires a contracted crewed capability that can provide a medium-lift maritime Support Helicopter (SH) capability to support tasking by day and night and in all weather conditions within the Flag Officer Sea Training (FOST) South Coast Exercise Areas (SCXAs) and wider UK Flight Information Region (FIR). In addition to the principal task of transporting personnel and/or freight to, from and between ships at sea in the SCXAs for FOST, a further two requirements are under consideration for inclusion within the future FHSU contract: Provision of land-based maritime airborne Search and Rescue (SAR) service for Maritime Counter Terrorism (MCT) Force Generation training. This would encompass supporting up to six (6) UK based exercises per year, each of up to one (1) week duration in two calendar blocks occurring in Spring and Autumn each year and requiring up to 24hrs flying per exercise. This requires an assured ability to search for and recover individual persons from the sea at night, with an additional emphasis on being able to deliver them rapidly to specialist medical care in a timely manner. A further emerging requirement may be to transport personnel and/or freight to the Queen Elizabeth Class (QEC) carrier and other UK based RN shipping based around an initial utilisation of circa 100hrs/yr. Both these additional requirements are to be confirmed by Final Business Case (FBC). Please see the attachment to this notice for the full notice and question set. Additional information: The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. Note that due to the Authority's need to ensure equality of treatment for all potential bidders in any subsequent procurement, we may then decide not to use a supplier's response if that response is commercially sensitive and potentially distorts competition. By receiving this information, the MOD is not obligated to enter into contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-1cf73748-421a-496a-8e8c-e285d5d8fa3a

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    N/A

    Tender Suitability

    SME

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    35612300
    35612500
    60424120

    CPV Division(s)

    35 - Security, fire-fighting, police and defence equipment
    60 - Transport services (excl. Waste transport)

  • Awarding Authority

    MINISTRY OF DEFENCE

    Buyer Name

    Buyer Email

    andy.davies171@mod.gov.uk

    Buyer Phone

    Buyer Address

    SPMAP, Abbey Wood

    Bristol

    BS34 8JH

    England

  • Awarded Supplier(s)

    Supplier Name(s)