Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}