Tender

Air Start Replacement Project (ASRP)

AIR COMMODITIES DELIVERY TEAM

This public procurement record has 1 release in its history.

Tender

23 Feb 2021 at 16:32

Summary of the contracting process

The Air Commodities Delivery Team is currently overseeing a tender for the "Air Start Replacement Project (ASRP)" aimed at procuring turbine-driven air start equipment essential for supporting designated aircraft operations. This contract falls within the goods category, specifically classified under aircraft equipment (CPV 34741000), with a total value of £5,350,000. The procurement process is at the tender stage, with a deadline for submission set for 25th March 2021. The contract will also include options for four additional years, and potential participants must ensure they hold the necessary ISO 9001:2015 certification for quality management.

This tender presents significant opportunities for growth, particularly for small and medium enterprises focused on supplying aerospace and military equipment. Interested businesses should have expertise in engineering, project management, and comprehensive logistical support, as the contract requires not only the provision of equipment but also associated services, including maintenance, training, and technical support. Companies capable of meeting the outlined technical and economic selection criteria will find this a valuable opportunity to establish or expand their presence in the defence sector.

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

Air Start Replacement Project (ASRP)

Notice Description

The User requires a turbine-driven air start capability, to support the operation and maintenance of designated aircraft types. The capability will be required to support the enabling of the Strategic Base; fulfil standing commitments; development and maintenance of a contingent capability; and contingent operations commensurate with the direction provided in Defence Strategic Direction 2016, the RAF Command Plan and the requirements of Joint Force 2025. The DPQQ can be accessed via Defence Contracts Online (contracts.mod.uk) and the Access Code is 9HWV5JS889

Lot Information

Lot 1

The scope of the requirement is to replace the current RAF fleet of Houchin 165 and 230 Air Start equipment that have passed their planned out of service date (OSD). The user requires a minimum fleet of 15 new Air Starters to provide an engine start and environmental control system (ECS) maintenance capability for the designated aircraft types operated by Headquarters Air Command (HQ AIR), at UK Main Operating Bases (MOBs), and Permanent Joint Operating Bases (PJOBs) and the deployed operating environment. The scope of the requirement will also include through life support of the 15x new Air Starters, and for the existing fleet of 21 x Rheinmetall MSU 200/6 T Air Start Units purchased in 2009 and in service with the Royal Air Force's Typhoon Fleet. The Contract will include the following Work Packages: WP 1 - Project Management & Core Post Design Services (PDS) WP 2 - Test Evaluation, Acceptance & Equipment Delivery WP 3 - Integrated Logistic Support (ILS) WP 4 - Provision of Spares WP 5 - Technical Support WP 6 - Maintenance and Repair WP 7 - Training WP 8 - Technical Publications WP 9 - Obsolescence Management A Draft Statement of Requirement (SOR) is available for review as part of the attachments to the Dynamic Pre Qualification Questionnaire (DPQQ). Additional information: Prospective contractors are required to hold Quality Management System certification to BS ISO 9001:2015 or suitable alternative, with appropriate scope to deliver contract requirements, issued by a National Accredited Certification Body. You will be required to provide a copy of certificate(s) in the DPQQ. The winning supplier will be required to provide it for review prior to contract award.

Options: This Contract will have 4x additional Option Years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029581
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003609-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34741000 - Aircraft equipment

Notice Value(s)

Tender Value
£5,350,000 £1M-£10M
Lots Value
£5,350,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Feb 20215 years ago
Submission Deadline
25 Mar 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
AIR COMMODITIES DELIVERY TEAM
Contact Name
Christopher Simmons
Contact Email
christopher.simmons106@mod.gov.uk
Contact Phone
+44 3067988095

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
TLK11 Bristol, City of

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

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-h6vhtk-029581-2021-02-23T16:32:03Z",
    "date": "2021-02-23T16:32:03Z",
    "ocid": "ocds-h6vhtk-029581",
    "description": "The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.dcocontracts.mod.uk GO Reference: GO-2021223-DCB-17832586",
    "initiationType": "tender",
    "tender": {
        "id": "701428382",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Air Start Replacement Project (ASRP)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34741000",
            "description": "Aircraft equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "The User requires a turbine-driven air start capability, to support the operation and maintenance of designated aircraft types. The capability will be required to support the enabling of the Strategic Base; fulfil standing commitments; development and maintenance of a contingent capability; and contingent operations commensurate with the direction provided in Defence Strategic Direction 2016, the RAF Command Plan and the requirements of Joint Force 2025. The DPQQ can be accessed via Defence Contracts Online (contracts.mod.uk) and the Access Code is 9HWV5JS889",
        "value": {
            "amount": 5350000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The scope of the requirement is to replace the current RAF fleet of Houchin 165 and 230 Air Start equipment that have passed their planned out of service date (OSD). The user requires a minimum fleet of 15 new Air Starters to provide an engine start and environmental control system (ECS) maintenance capability for the designated aircraft types operated by Headquarters Air Command (HQ AIR), at UK Main Operating Bases (MOBs), and Permanent Joint Operating Bases (PJOBs) and the deployed operating environment. The scope of the requirement will also include through life support of the 15x new Air Starters, and for the existing fleet of 21 x Rheinmetall MSU 200/6 T Air Start Units purchased in 2009 and in service with the Royal Air Force's Typhoon Fleet. The Contract will include the following Work Packages: WP 1 - Project Management & Core Post Design Services (PDS) WP 2 - Test Evaluation, Acceptance & Equipment Delivery WP 3 - Integrated Logistic Support (ILS) WP 4 - Provision of Spares WP 5 - Technical Support WP 6 - Maintenance and Repair WP 7 - Training WP 8 - Technical Publications WP 9 - Obsolescence Management A Draft Statement of Requirement (SOR) is available for review as part of the attachments to the Dynamic Pre Qualification Questionnaire (DPQQ). Additional information: Prospective contractors are required to hold Quality Management System certification to BS ISO 9001:2015 or suitable alternative, with appropriate scope to deliver contract requirements, issued by a National Accredited Certification Body. You will be required to provide a copy of certificate(s) in the DPQQ. The winning supplier will be required to provide it for review prior to contract award.",
                "value": {
                    "amount": 5350000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 7
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "This Contract will have 4x additional Option Years."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKK11"
                    }
                ],
                "deliveryLocation": {
                    "description": "Bristol, City of"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.contracts.mod.uk",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "tenderPeriod": {
            "endDate": "2021-03-25T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2021-04-16T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-6486",
            "name": "Air Commodities Delivery Team",
            "identifier": {
                "legalName": "Air Commodities Delivery Team"
            },
            "address": {
                "streetAddress": "MOD ABBEY WOOD South",
                "locality": "Bristol",
                "region": "UKK11",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Christopher Simmons",
                "telephone": "+44 3067988095",
                "email": "christopher.simmons106@mod.gov.uk",
                "url": "https://www.contracts.mod.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.contracts.mod.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "telephone": "+44 3057988095",
                    "email": "christopher.simmons106@mod.gov.uk"
                }
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6486",
        "name": "Air Commodities Delivery Team"
    },
    "language": "en"
}