Tender

Royal Air Force (RAF) Centre of Aviation Medicine (CAM) Relocation - 701577386

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

Tender

15 Nov 2021 at 22:45

Planning

01 Oct 2021 at 21:45

Summary of the contracting process

The Ministry of Defence is conducting a tender for the relocation of the Royal Air Force Centre of Aviation Medicine (CAM) to a new facility at RAF Cranwell, near Sleaford, Lincolnshire. The procurement, classified under construction management services, aims to complete by July 2023 with the new facility construction expected to be finished by January 2026. The tender period concludes on December 16, 2021, and there are key deliverables including the installation of specialized medical aviation equipment and adherence to technical regulations as stipulated in various Defence guidelines.

This tender offers a significant opportunity for businesses specialising in construction, engineering, architectural design, and related technical services to engage with the Ministry of Defence. Companies with expertise in constructing purpose-built facilities, as well as those providing maintenance and relocation of complex equipment, will find this contract particularly relevant. Additionally, firms equipped to meet the standards set forth by Defence and security regulations will be well-positioned to compete for this project and expand their business 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

Royal Air Force (RAF) Centre of Aviation Medicine (CAM) Relocation - 701577386

Notice Description

RAFCAM Overview As the Defence lead for Aviation Medicine (AvMed), RAF Centre for Aviation Medicine (RAF CAM) provides support across the full range of Defence Tasks (DTs). It provides deployed and Firm Base medical support to operations, Chemical, Biological, Radiological and Nuclear (CBRN) training for aircrew and aviation-focused Human Factors analysis. RAF CAM specifically provides: a. Expert advice, support and services to MOD, Frontline Commands (FLCs), Military Aviation Authority (MAA), Air Accidents Investigation Branch (AAIB), Duty Holders, Project Teams, academia and commercial organisations. b. Expert support to platform development and integration including supporting urgent operational requirements. c. Expert human factors and biodynamic advice to Defence Accident Investigation Branch (DAIB) incident and accident investigations. d. AvMed Training to Tri-Service and international aircrew and medical personnel aiming to decrease Risk to Life posed by flying and aviation operations. e. Lead for AvMed and Aeromedical policy. f. The RAF Medical Board and specialist clinical assessment of Tri-Service aircrew and air traffic controllers. g. Occupational and Environmental Health support. In 2015, SoS announced that RAF Henlow would close as part of the Defence Estates Optimisation Programme (DEOP). To accommodate the relocation of the RAF CAM capability a new building must be constructed on a site within the secured perimeter at RAF Cranwell, near Sleaford in Lincolnshire. RAFCAM Requirement The purpose of this procurement is to relocate the Royal Air Force (RAF) Centre of Aviation Medicine (CAM) from RAF Henlow to RAF Cranwell into a new purpose-built facility. The requirement also includes equipment and on-going support. Infrastructure This requirement will include the design and build of the new facility at RAF Cranwell. The building shall provide suitable infrastructure for the integration and maintenance of the RAF CAM equipment, staff and visitors with the layout optimised for operational and training efficiency. The building shall include all equipment facilities and external areas, ICT infrastructure, access and fire detection systems, communication systems and training rooms required for the effective delivery of the RAF CAM capability. The building shall interface with existing on-site utilities without impinging on station operations and shall accord with the station requirements for fire and safety regulations. As a consequence, the building shall not exceed 10m in height. The design, construction, and operation of the building shall apply the Policy framework and overarching direction as defined within JSP 850, the Building Information Modelling (BIM) Level 2 standards for the System Infrastructure design and handover documentation and the DIO Defence Related Environmental Assessment Methodology (DREAM) environmental assessment tool. (Information on these policies is available on the Internet.) Equipment This requirement will include the relocation of the existing capability from RAF Henlow of which some items will require refurbishing existing equipment and others will need to be procured as new. This equipment will be housed in the facility to be constructed at RAF Cranwell. It is currently anticipated that there will also be a requirement to provide a support solution for the equipment to meet maintenance requirements following the relocation. The equipment to be relocated includes specialist medical aviation equipment such as Hypobaric Chambers, Multi Point Pressure Breathing Rig, and Scenario Based Hypoxia Training Rigs as well as other pieces of specialist equipment. There are also non-specialist large pieces of equipment such as Helmet Drop Rigs, and various Aircraft Cockpit Rigs as well as a range of smaller equipment will also require relocation. The Equipment Catalogue provided as part of the PQQ documents gives an overview of the equipment and how its currently used by CAM. Key Dates The anticipated key dates for this procurement are as follows; Contract Award July 2023, completion of RAF CAM facility Construction Phase January 2026, Equipment Delivery Date June 2026 and Maintenance/Support Solution of key Equipment thereafter. Other anticipated key dates are included in the Market Interest Day Slide Pack.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02e733
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028533-2021
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

50000000 - Repair and maintenance services

71000000 - Architectural, construction, engineering and inspection services

71220000 - Architectural design services

71500000 - Construction-related services

71540000 - Construction management services

Notice Value(s)

Tender Value
£45,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Nov 20214 years ago
Submission Deadline
16 Dec 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
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Attn: veale julia, DESFsAST-ComrclMailbox@mod.uk ; julia.veale101@mod.gov.uk ; thomas.macklin100@mod.gov.uk, attn: Julia Veale & Thomas Macklin
Contact Email
desfsast-comrclmailbox@mod.uk, julia.veale101@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
TLF3 Lincolnshire, TLH25 Central Bedfordshire

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

Further Information

Notice URLs

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-02e733-2021-11-15T22:45:08Z",
    "date": "2021-11-15T22:45:08Z",
    "ocid": "ocds-h6vhtk-02e733",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
    "initiationType": "tender",
    "tender": {
        "id": "701577386",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Royal Air Force (RAF) Centre of Aviation Medicine (CAM) Relocation - 701577386",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71540000",
            "description": "Construction management services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "50000000",
                "description": "Repair and maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "71000000",
                "description": "Architectural, construction, engineering and inspection services"
            },
            {
                "scheme": "CPV",
                "id": "71220000",
                "description": "Architectural design services"
            },
            {
                "scheme": "CPV",
                "id": "71500000",
                "description": "Construction-related services"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "17",
                "description": "Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "RAFCAM Overview As the Defence lead for Aviation Medicine (AvMed), RAF Centre for Aviation Medicine (RAF CAM) provides support across the full range of Defence Tasks (DTs). It provides deployed and Firm Base medical support to operations, Chemical, Biological, Radiological and Nuclear (CBRN) training for aircrew and aviation-focused Human Factors analysis. RAF CAM specifically provides: a. Expert advice, support and services to MOD, Frontline Commands (FLCs), Military Aviation Authority (MAA), Air Accidents Investigation Branch (AAIB), Duty Holders, Project Teams, academia and commercial organisations. b. Expert support to platform development and integration including supporting urgent operational requirements. c. Expert human factors and biodynamic advice to Defence Accident Investigation Branch (DAIB) incident and accident investigations. d. AvMed Training to Tri-Service and international aircrew and medical personnel aiming to decrease Risk to Life posed by flying and aviation operations. e. Lead for AvMed and Aeromedical policy. f. The RAF Medical Board and specialist clinical assessment of Tri-Service aircrew and air traffic controllers. g. Occupational and Environmental Health support. In 2015, SoS announced that RAF Henlow would close as part of the Defence Estates Optimisation Programme (DEOP). To accommodate the relocation of the RAF CAM capability a new building must be constructed on a site within the secured perimeter at RAF Cranwell, near Sleaford in Lincolnshire. RAFCAM Requirement The purpose of this procurement is to relocate the Royal Air Force (RAF) Centre of Aviation Medicine (CAM) from RAF Henlow to RAF Cranwell into a new purpose-built facility. The requirement also includes equipment and on-going support. Infrastructure This requirement will include the design and build of the new facility at RAF Cranwell. The building shall provide suitable infrastructure for the integration and maintenance of the RAF CAM equipment, staff and visitors with the layout optimised for operational and training efficiency. The building shall include all equipment facilities and external areas, ICT infrastructure, access and fire detection systems, communication systems and training rooms required for the effective delivery of the RAF CAM capability. The building shall interface with existing on-site utilities without impinging on station operations and shall accord with the station requirements for fire and safety regulations. As a consequence, the building shall not exceed 10m in height. The design, construction, and operation of the building shall apply the Policy framework and overarching direction as defined within JSP 850, the Building Information Modelling (BIM) Level 2 standards for the System Infrastructure design and handover documentation and the DIO Defence Related Environmental Assessment Methodology (DREAM) environmental assessment tool. (Information on these policies is available on the Internet.) Equipment This requirement will include the relocation of the existing capability from RAF Henlow of which some items will require refurbishing existing equipment and others will need to be procured as new. This equipment will be housed in the facility to be constructed at RAF Cranwell. It is currently anticipated that there will also be a requirement to provide a support solution for the equipment to meet maintenance requirements following the relocation. The equipment to be relocated includes specialist medical aviation equipment such as Hypobaric Chambers, Multi Point Pressure Breathing Rig, and Scenario Based Hypoxia Training Rigs as well as other pieces of specialist equipment. There are also non-specialist large pieces of equipment such as Helmet Drop Rigs, and various Aircraft Cockpit Rigs as well as a range of smaller equipment will also require relocation. The Equipment Catalogue provided as part of the PQQ documents gives an overview of the equipment and how its currently used by CAM. Key Dates The anticipated key dates for this procurement are as follows; Contract Award July 2023, completion of RAF CAM facility Construction Phase January 2026, Equipment Delivery Date June 2026 and Maintenance/Support Solution of key Equipment thereafter. Other anticipated key dates are included in the Market Interest Day Slide Pack.",
        "value": {
            "amount": 45000000,
            "currency": "GBP"
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKH25"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKH25"
                    }
                ],
                "deliveryLocation": {
                    "description": "RAF Cranwell, Cranwell, Sleaford, NG34 8HB"
                }
            }
        ],
        "awardPeriod": {
            "startDate": "2023-07-31T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-07-31T00:00:00+01:00"
        },
        "subcontracting": {
            "description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract."
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Please refer to PQQ and associated documentation",
                    "minimum": "Please refer to PQQ and associated documentation",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Please refer to PQQ and associated documentation",
                    "minimum": "Please refer to PQQ and associated documentation",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please refer to PQQ and associated documentation",
                    "minimum": "Please refer to PQQ and associated documentation",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please refer to PQQ and associated documentation",
                    "minimum": "Please refer to PQQ and associated documentation",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "Please refer to PQQ and associated documentation"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated",
        "secondStage": {
            "minimumCandidates": 4,
            "maximumCandidates": 4,
            "successiveReduction": true
        },
        "tenderPeriod": {
            "endDate": "2021-12-16T23:59:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "parties": [
        {
            "id": "GB-FTS-30286",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Equipment & Support, Walnut 2B Mail point #1229 MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "DESFsAST-ComrclMailbox@mod.uk ; julia.veale101@mod.gov.uk ; thomas.macklin100@mod.gov.uk, attn: Julia Veale & Thomas Macklin",
                "email": "DESFsAST-ComrclMailbox@mod.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk",
                "buyerProfile": "https://des.mod.uk"
            }
        },
        {
            "id": "GB-FTS-34624",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MoD Abbey Wood, Stoke Gifford, Bristol BS34 8JH",
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: veale julia",
                "email": "julia.veale101@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk",
                "buyerProfile": "https://des.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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-34624",
        "name": "Ministry of Defence"
    },
    "language": "en"
}