Tender

Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT) Contract Notice

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderAmendment

14 Dec 2022 at 14:09

Tender

09 Dec 2022 at 14:08

Summary of the contracting process

The Ministry of Defence has issued a tender for the Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT). This contract seeks to provide point-to-point flights for high-priority military personnel, ministers, and government officials in the UK and near Europe. The contract value is estimated to be between £30-40 million, with a duration of 5 years from the contract award date. The tender stage involves interested companies completing a Dynamic Pre-Qualification Questionnaire (DPQQ) by the submission deadline of 18/01/2022.

This tender presents a significant business opportunity for companies capable of providing military registered helicopter services. Businesses with experience in air transport services, particularly in restricted airspace and military aviation, are well-suited to compete. The Ministry of Defence is looking for providers with EASA Part 145 approvals, experience in aircraft maintenance, and the ability to operate within specific airspace regulations. The procurement method is selective, following a restricted procedure, with a focus on assessing companies' economic, financial, professional, and technical capabilities to shortlist potential providers.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT) Contract Notice

Notice Description

The requirement is for a Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT) to provide point-to-point flights for high priority military personnel, ministers and government officials within the UK and near Europe to be operated by British Military aircrew (32 (TR) Sqn based at RAF Northolt) and tasked through Air Command HQ. Aircraft shall be capable of operating within restricted airspace such as Prohibited Areas, Restricted Areas and Danger Areas as defined in the UK Aeronautical Information Publication, and able to operate within a Control Zone (CTZ) such as London Heathrow. Please Note: Authority requires the service to be delivered as soon as practicable following 1 Apr 23. The Contractor will be required to: 1. Provide a Military Registered solution to fly up to 500 hours per annum at various readiness levels based on one task line, including Conversion to Role (CTR) training. Providing a Military Registered solution will include obtaining DAOS and MAOS accreditation among other things. 2. Provide a minimum transport capacity for at least 3 people including hand luggage. 3. Deliver the appropriate initial conversion to type (Type Rating) and 6-monthly simulator emergency handling training for military aircrew. 4. Provide line maintenance at the Main Operating Base (MOB) at RAF Northolt and be prepared to deliver support down route (i.e., away from RAF Northolt) if required. 5. In the event of planned/ unscheduled non-availability of the primary aircraft, provide a replacement capability in line with contract requirements. 6. Provide the requisite up-to-date digital document sets, e.g., Pilot Operation Handbooks, Flight Crew Operating Manual, Aircraft Maintenance Manual, Flight Reference Cards. 7. Provide a platform able to be operated Performance Class (PC) 1 to/from Wellington Barracks HLS and fitted with a Traffic Avoidance System as well as fully functional dual flying controls. 8. Provide a capability able to operate the aircraft in UK and near European civilian airspace, including over water/ sea (a minimum range of 250nm, landing with VFR reserve fuel). 9. Enable routine download and analysis of data post flight for the purpose of Flight Data Recording (FDM); to include Cockpit Voice Recorder and Flight Data Recorder (CV/ FDR system). 10. Provide all pertinent spares and deliver a full supply chain management solution, including repairs and obsolescence management. 11. Hold an EASA Part 145 Aircraft Maintenance Organisation Approval (Rotary Wing), EASA Part M Continuing Airworthiness Management Organisation Approval, and EASA Part 21 J Design Organisation Approval (Rotary Wing). 12. Provide personnel SC Clearances prior to access onto RAF Northolt site 13. Work collaboratively with SPMAP DT to achieve Platform Security Accreditation if not already in place. Additional information: The relevant Cyber Risk Assessment code is RAR-377677548 and the cyber risk profile has been rated Moderate. Potential tenderers for this contract will be required to complete a Supplier Assurance Questionnaire (SAQ) at the ITT stage of the competitive process. Please note: The Authority will not accept or respond to any clarification questions on the requirement at this stage. The planned timeframe for issue of the Invitation to Tender for this requirement is 2 to 4 months from publication of this advert. Your response submitted via the DSP should only contain information with the Security Classification Official Sensitive or below. If your response contains information with a Security Classification higher than Official Sensitive, please contact the Authority for appropriate submission instructions. Contract Value/Duration: The Contract has an anticipated duration of Five (5) years from Contract Award with an additional 1-year Option. The final confirmed duration including any Contractual Option (s), and/or break points will be confirmed in the Invitation to Tender documentation. The Estimated Value of Contract is between circa PS30-40M. The maximum figure is only an estimate, and the total cumulative value of work may be above or below this figure. Process: Interested companies are required to complete a Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the company's capacities and capabilities against the selection criteria. The Authority will use the DPQQ response to create a shortlist of tenderers who: a) are eligible to participate. b) fulfil any minimum economic, financial, professional, and technical standards; and, c) best meet in terms of capacity and capability the selection criteria set out below The Pre-Qualification Questionnaire Selection Criteria can be found in the attached supporting documents. The closing date for submission of responses is 18/01/2022. Responses received after this closure date/time will be discounted. Potential tenderers will be scored in accordance with the criteria listed. A maximum of the 6 highest scoring potential providers shall be taken through to the ITT stage. A minimum score of 30 (Adequate) shall be required for all scored and weighted questions to allow the Potential Provider to progress to the ITT stage for this requirement. All remaining questions will be PASS/FAIL. An evaluation of a FAIL shall result in an unsuccessful result, and the potential tenderer will not be included within the next stage of tendering for this requirement. The Authority reserves the right to exclude a potential tenderer if the estimated contract value exceeds 50% of that potential tenderer's annual turnover. Information and formalities necessary for evaluating if the requirements are met as per: "Annex A - DPQQ Guidance and Evaluation Plan," "Annex B - DPQQ Selection Criteria," "Annex C - DPQQ Economic and Financial Standing Evaluation Criteria"

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-4b2c8feb-99ba-473a-ab9a-fb6f096b6b4e
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/720dca8d-ae61-4779-b15a-4616aba50e1e
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

60 - Transport services (excl. Waste transport)


CPV Codes

60400000 - Air transport services

Notice Value(s)

Tender Value
£40,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Dec 20223 years ago
Submission Deadline
20 Jan 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
9 Aug 2023 - 9 Aug 2028 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Katherine Gibaut
Contact Email
katherine.gibaut100@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-4b2c8feb-99ba-473a-ab9a-fb6f096b6b4e-2022-12-14T14:09:48Z",
    "date": "2022-12-14T14:09:48Z",
    "ocid": "ocds-b5fd17-4b2c8feb-99ba-473a-ab9a-fb6f096b6b4e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_340167/1152955",
        "title": "Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT) Contract Notice",
        "description": "The requirement is for a Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT) to provide point-to-point flights for high priority military personnel, ministers and government officials within the UK and near Europe to be operated by British Military aircrew (32 (TR) Sqn based at RAF Northolt) and tasked through Air Command HQ. Aircraft shall be capable of operating within restricted airspace such as Prohibited Areas, Restricted Areas and Danger Areas as defined in the UK Aeronautical Information Publication, and able to operate within a Control Zone (CTZ) such as London Heathrow. Please Note: Authority requires the service to be delivered as soon as practicable following 1 Apr 23. The Contractor will be required to: 1. Provide a Military Registered solution to fly up to 500 hours per annum at various readiness levels based on one task line, including Conversion to Role (CTR) training. Providing a Military Registered solution will include obtaining DAOS and MAOS accreditation among other things. 2. Provide a minimum transport capacity for at least 3 people including hand luggage. 3. Deliver the appropriate initial conversion to type (Type Rating) and 6-monthly simulator emergency handling training for military aircrew. 4. Provide line maintenance at the Main Operating Base (MOB) at RAF Northolt and be prepared to deliver support down route (i.e., away from RAF Northolt) if required. 5. In the event of planned/ unscheduled non-availability of the primary aircraft, provide a replacement capability in line with contract requirements. 6. Provide the requisite up-to-date digital document sets, e.g., Pilot Operation Handbooks, Flight Crew Operating Manual, Aircraft Maintenance Manual, Flight Reference Cards. 7. Provide a platform able to be operated Performance Class (PC) 1 to/from Wellington Barracks HLS and fitted with a Traffic Avoidance System as well as fully functional dual flying controls. 8. Provide a capability able to operate the aircraft in UK and near European civilian airspace, including over water/ sea (a minimum range of 250nm, landing with VFR reserve fuel). 9. Enable routine download and analysis of data post flight for the purpose of Flight Data Recording (FDM); to include Cockpit Voice Recorder and Flight Data Recorder (CV/ FDR system). 10. Provide all pertinent spares and deliver a full supply chain management solution, including repairs and obsolescence management. 11. Hold an EASA Part 145 Aircraft Maintenance Organisation Approval (Rotary Wing), EASA Part M Continuing Airworthiness Management Organisation Approval, and EASA Part 21 J Design Organisation Approval (Rotary Wing). 12. Provide personnel SC Clearances prior to access onto RAF Northolt site 13. Work collaboratively with SPMAP DT to achieve Platform Security Accreditation if not already in place. Additional information: The relevant Cyber Risk Assessment code is RAR-377677548 and the cyber risk profile has been rated Moderate. Potential tenderers for this contract will be required to complete a Supplier Assurance Questionnaire (SAQ) at the ITT stage of the competitive process. Please note: The Authority will not accept or respond to any clarification questions on the requirement at this stage. The planned timeframe for issue of the Invitation to Tender for this requirement is 2 to 4 months from publication of this advert. Your response submitted via the DSP should only contain information with the Security Classification Official Sensitive or below. If your response contains information with a Security Classification higher than Official Sensitive, please contact the Authority for appropriate submission instructions. Contract Value/Duration: The Contract has an anticipated duration of Five (5) years from Contract Award with an additional 1-year Option. The final confirmed duration including any Contractual Option (s), and/or break points will be confirmed in the Invitation to Tender documentation. The Estimated Value of Contract is between circa PS30-40M. The maximum figure is only an estimate, and the total cumulative value of work may be above or below this figure. Process: Interested companies are required to complete a Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the company's capacities and capabilities against the selection criteria. The Authority will use the DPQQ response to create a shortlist of tenderers who: a) are eligible to participate. b) fulfil any minimum economic, financial, professional, and technical standards; and, c) best meet in terms of capacity and capability the selection criteria set out below The Pre-Qualification Questionnaire Selection Criteria can be found in the attached supporting documents. The closing date for submission of responses is 18/01/2022. Responses received after this closure date/time will be discounted. Potential tenderers will be scored in accordance with the criteria listed. A maximum of the 6 highest scoring potential providers shall be taken through to the ITT stage. A minimum score of 30 (Adequate) shall be required for all scored and weighted questions to allow the Potential Provider to progress to the ITT stage for this requirement. All remaining questions will be PASS/FAIL. An evaluation of a FAIL shall result in an unsuccessful result, and the potential tenderer will not be included within the next stage of tendering for this requirement. The Authority reserves the right to exclude a potential tenderer if the estimated contract value exceeds 50% of that potential tenderer's annual turnover. Information and formalities necessary for evaluating if the requirements are met as per: \"Annex A - DPQQ Guidance and Evaluation Plan,\" \"Annex B - DPQQ Selection Criteria,\" \"Annex C - DPQQ Economic and Financial Standing Evaluation Criteria\"",
        "datePublished": "2022-12-09T14:08:52Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "60400000",
            "description": "Air transport services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "HA4 6NG"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "HA4 6NG"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 30000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 40000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-01-20T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-08-10T00:00:00+01:00",
            "endDate": "2028-08-09T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/720dca8d-ae61-4779-b15a-4616aba50e1e",
                "datePublished": "2022-12-09T14:08:52Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2022-12-14T14:09:48Z"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-229750",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood South, NH1 Spruce 0b #1013",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Katherine Gibaut",
                "email": "katherine.gibaut100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-229750",
        "name": "Ministry of Defence"
    }
}