Notice Information
Notice Title
C17CSAE/707083450 Command Support Air Transport (CSAT) Recapitalisation Phase 2
Notice Description
The UK Ministry of Defence (MOD) replaced its fleet of BAe146 transport aircraft stationed at RAF Northolt in June 2022, with 2 x New Dassault Falcon 900LX business jets, by adopting a procurement strategy featuring two phases: Phase 1: Competitive procurement of two new civil jets with an in-service support package that runs until Sep 2026. These aircraft are owned by the MoD but operated on the Civil Aircraft Register (CAR) and initially operated by a contractor. Phase 1 also included the training of military pilots and cabin crew and the use of these service personnel to complement the civilian pilots in the delivery of the service. Phase 2: A separate competitive procurement for the embodiment of military modifications onto the aircraft, from 1 Oct 2026 (subject to further take-up of contract options), and provision of in-service support through to Apr 2037, utilising military personnel in the operation of the aircraft, under the Military Aircraft Register (MAR). NB - this Contract Notice is concerned exclusively with Phase 2. Quantity or scope: The current CSAT fleet consists of 2 x Envoy IV Aircraft (Dassault Falcon 900LX) based at RAF Northolt. Although the Envoy IV are currently operated on the Civilian Aircraft Register (CAR), the intention is to transfer Envoy IV onto the Military Aircraft Register (MAR) prior to the start of the new contract. Scope comprises two key requirements: 1. Provision of a fully inclusive in-service support solution to support and maintain the Envoy IV Aircraft through to planned OSD of Apr 2037, utilising military personnel in the operation of the aircraft. 2. Design and embodiment of military modifications onto the aircraft and ensure certification of airworthiness under MAR, to enable the aircraft to be operated in military airspace and in a non-benign environment. The modifications will be subject to the outcome of a requirements review. The contract shall be for a term of 5 (five) initial years with options to extend by a further 6 (six) years (taken in single or multiple year intervals). This contract is being procured under Regulation 18 (Negotiated Procedure) of the Defence and Security Public Contracts Regulations 2011. The Defence Sourcing Portal (DSP) will be used to manage the procurement process, including evaluation. Access to the DSP is required to complete the DPQQ and access should be requested via the Supplier Registration Page on the DSP. Following DPQQ evaluation, the Authority intends to invite a maximum of the 4 (four) highest scoring respondents to the ITN phase. Following submission and assessment of the written Initial Tender submissions, all technically and commercially compliant bidders may be invited to a negotiation phase. However, the Authority reserves the right to award the Contract to the Most Economically Advantageous Tender (MEAT) in accordance with the scoring criteria following evaluation of the tenders, without undertaking a negotiation phase. The Authority anticipates issuing the ITN in December 2024, followed by a bidders' conference to be held in the UK. Contract award is forecast for March 2026 with contract start in October 2026, though the Authority reserves the right to amend the timetable from time to time. The Authority trades using the electronic 'Contracting, Purchasing & Finance' system (CP&F). Before completing the DPQQ, any interested parties should ensure that they have the ability to trade electronically, and the willingness connect to the CP&F System in the event of being successful. A Cyber Risk Assessment has been conducted for this requirement to ascertain the level of Cyber Risk present. The result of this assessment is that a Cyber Risk level of 'Low' exists and therefore successful respondents invited to ITN will need to hold a Cyber Essentials [Plus] certificate and undertake a Cyber Risk Assessment on their proposed supply chain. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Cyber Risk Assessment using RAR code: RAR-303384308. To note: The issue of this Contract Notice (CN) or any future ITN or ITN material is not a commitment by the Authority to place a contract as a result of this competition, or at a later stage. Any expenditure, work or effort undertaken prior to any offer and subsequent acceptance of contract, is a matter solely for your commercial judgement. The Authority has conducted previous industry engagement using Defence Contracts Online (DCO), with a Request for Information (RFI) published in April 2023 and industry day held in July 2023.
Lot Information
Lot 1
CSAT RECAP Phase 1 requires delivery of 2 Aircraft to the Authority. Time is of the essence for the delivery of these 2 Aircraft, this shall be measured on whether the Aircraft are both Accepted by 31 March 2022. The Aircraft may initially be based from an Operating Base of the Contractor's choosing or RAF Northolt (NHT) but must transition to RAF NHT (which will become the Main Operating Base (MOB)) by Phase 1 Full Operating Capability (FOC). The Aircraft will need to achieve a minimum unrefueled range of 3,850nm from an unrestricted airfield transporting up to 8 passengers, 3 crew and associated baggage. The CSAT Recap Aircraft will be owned by MoD but will be leased back to the Contractor and operated during the period of Phase 1 on the Civil Aircraft Register by the Contractor who will assume all airworthiness responsibility. CSAT RECAP Phase 1 requires delivery of up to 980 flying hours in the first year ending 31 March 2023 and up to 1200 flying hours in the second year, ending 31 March 2024 from the two Aircraft that are available. These services are to be available 7 days per week, 365 days per year from the Contractors Operating Base and/or the MOB. CSAT Recap requires delivery of a support arrangement that will incorporate all scheduled and unscheduled maintenance arisings where risk will be appropriately apportioned to ensure that a high level of Aircraft availability can be reasonably achieved. The solution also requires the Contractor to manage delivery of all Aircraft movements in accordance with tasking from the Authority. While civilian crews are required to pilot the Aircraft in Phase 1, this phase also includes a requirement to train an initial cadre of RAF pilots and cabin crew to supplement the civilian pilots in delivering the flying hours.
Options: In addition to the previously stated contract duration, the Authority may at its sole discretion extend the contract by a maximum of 3 years (taken in single or multiple 6-monthly intervals).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f16e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/036566-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
50 - Repair and maintenance services
60 - Transport services (excl. Waste transport)
-
- CPV Codes
34700000 - Aircraft and spacecraft
34711300 - Piloted aircraft
35611400 - Military transport aircrafts
35730000 - Electronic warfare systems and counter measures
50210000 - Repair, maintenance and associated services related to aircraft and other equipment
50211200 - Aircraft repair services
50650000 - Repair and maintenance services of military aircrafts, missiles and spacecrafts
60444000 - Aircraft-operation services
Notice Value(s)
- Tender Value
- £150,000,000 £100M-£1B
- Lots Value
- £80,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £70,000 Under £100K
Notice Dates
- Publication Date
- 12 Dec 20232 years ago
- Submission Deadline
- 3 Mar 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Feb 20224 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- CSAT Commercial Team, attn: Jason Atkinson, RECAP Commercial Team
- Contact Email
- desc17csae-commercial@mod.gov.uk
- Contact Phone
- +44 3001630996
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
- TLI London, TLI74 Harrow and Hillingdon
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
Notice URLs
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-02f16e-2023-12-12T16:31:41Z",
"date": "2023-12-12T16:31:41Z",
"ocid": "ocds-h6vhtk-02f16e",
"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": "C17CSAE/707083450",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "C17CSAE/707083450 Command Support Air Transport (CSAT) Recapitalisation Phase 2",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50650000",
"description": "Repair and maintenance services of military aircrafts, missiles and spacecrafts"
},
"mainProcurementCategory": "services",
"description": "The UK Ministry of Defence (MOD) replaced its fleet of BAe146 transport aircraft stationed at RAF Northolt in June 2022, with 2 x New Dassault Falcon 900LX business jets, by adopting a procurement strategy featuring two phases: Phase 1: Competitive procurement of two new civil jets with an in-service support package that runs until Sep 2026. These aircraft are owned by the MoD but operated on the Civil Aircraft Register (CAR) and initially operated by a contractor. Phase 1 also included the training of military pilots and cabin crew and the use of these service personnel to complement the civilian pilots in the delivery of the service. Phase 2: A separate competitive procurement for the embodiment of military modifications onto the aircraft, from 1 Oct 2026 (subject to further take-up of contract options), and provision of in-service support through to Apr 2037, utilising military personnel in the operation of the aircraft, under the Military Aircraft Register (MAR). NB - this Contract Notice is concerned exclusively with Phase 2. Quantity or scope: The current CSAT fleet consists of 2 x Envoy IV Aircraft (Dassault Falcon 900LX) based at RAF Northolt. Although the Envoy IV are currently operated on the Civilian Aircraft Register (CAR), the intention is to transfer Envoy IV onto the Military Aircraft Register (MAR) prior to the start of the new contract. Scope comprises two key requirements: 1. Provision of a fully inclusive in-service support solution to support and maintain the Envoy IV Aircraft through to planned OSD of Apr 2037, utilising military personnel in the operation of the aircraft. 2. Design and embodiment of military modifications onto the aircraft and ensure certification of airworthiness under MAR, to enable the aircraft to be operated in military airspace and in a non-benign environment. The modifications will be subject to the outcome of a requirements review. The contract shall be for a term of 5 (five) initial years with options to extend by a further 6 (six) years (taken in single or multiple year intervals). This contract is being procured under Regulation 18 (Negotiated Procedure) of the Defence and Security Public Contracts Regulations 2011. The Defence Sourcing Portal (DSP) will be used to manage the procurement process, including evaluation. Access to the DSP is required to complete the DPQQ and access should be requested via the Supplier Registration Page on the DSP. Following DPQQ evaluation, the Authority intends to invite a maximum of the 4 (four) highest scoring respondents to the ITN phase. Following submission and assessment of the written Initial Tender submissions, all technically and commercially compliant bidders may be invited to a negotiation phase. However, the Authority reserves the right to award the Contract to the Most Economically Advantageous Tender (MEAT) in accordance with the scoring criteria following evaluation of the tenders, without undertaking a negotiation phase. The Authority anticipates issuing the ITN in December 2024, followed by a bidders' conference to be held in the UK. Contract award is forecast for March 2026 with contract start in October 2026, though the Authority reserves the right to amend the timetable from time to time. The Authority trades using the electronic 'Contracting, Purchasing & Finance' system (CP&F). Before completing the DPQQ, any interested parties should ensure that they have the ability to trade electronically, and the willingness connect to the CP&F System in the event of being successful. A Cyber Risk Assessment has been conducted for this requirement to ascertain the level of Cyber Risk present. The result of this assessment is that a Cyber Risk level of 'Low' exists and therefore successful respondents invited to ITN will need to hold a Cyber Essentials [Plus] certificate and undertake a Cyber Risk Assessment on their proposed supply chain. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Cyber Risk Assessment using RAR code: RAR-303384308. To note: The issue of this Contract Notice (CN) or any future ITN or ITN material is not a commitment by the Authority to place a contract as a result of this competition, or at a later stage. Any expenditure, work or effort undertaken prior to any offer and subsequent acceptance of contract, is a matter solely for your commercial judgement. The Authority has conducted previous industry engagement using Defence Contracts Online (DCO), with a Request for Information (RFI) published in April 2023 and industry day held in July 2023.",
"lots": [
{
"id": "1",
"description": "CSAT RECAP Phase 1 requires delivery of 2 Aircraft to the Authority. Time is of the essence for the delivery of these 2 Aircraft, this shall be measured on whether the Aircraft are both Accepted by 31 March 2022. The Aircraft may initially be based from an Operating Base of the Contractor's choosing or RAF Northolt (NHT) but must transition to RAF NHT (which will become the Main Operating Base (MOB)) by Phase 1 Full Operating Capability (FOC). The Aircraft will need to achieve a minimum unrefueled range of 3,850nm from an unrestricted airfield transporting up to 8 passengers, 3 crew and associated baggage. The CSAT Recap Aircraft will be owned by MoD but will be leased back to the Contractor and operated during the period of Phase 1 on the Civil Aircraft Register by the Contractor who will assume all airworthiness responsibility. CSAT RECAP Phase 1 requires delivery of up to 980 flying hours in the first year ending 31 March 2023 and up to 1200 flying hours in the second year, ending 31 March 2024 from the two Aircraft that are available. These services are to be available 7 days per week, 365 days per year from the Contractors Operating Base and/or the MOB. CSAT Recap requires delivery of a support arrangement that will incorporate all scheduled and unscheduled maintenance arisings where risk will be appropriately apportioned to ensure that a high level of Aircraft availability can be reasonably achieved. The solution also requires the Contractor to manage delivery of all Aircraft movements in accordance with tasking from the Authority. While civilian crews are required to pilot the Aircraft in Phase 1, this phase also includes a requirement to train an initial cadre of RAF pilots and cabin crew to supplement the civilian pilots in delivering the flying hours.",
"value": {
"amount": 80000000,
"currency": "GBP"
},
"contractPeriod": {
"endDate": "2024-03-31T23:59:59+01:00"
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "In addition to the previously stated contract duration, the Authority may at its sole discretion extend the contract by a maximum of 3 years (taken in single or multiple 6-monthly intervals)."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical Criteria",
"type": "quality",
"description": "45"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Price",
"type": "quality",
"description": "45"
},
{
"type": "price",
"description": "45"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34700000",
"description": "Aircraft and spacecraft"
},
{
"scheme": "CPV",
"id": "34711300",
"description": "Piloted aircraft"
},
{
"scheme": "CPV",
"id": "35611400",
"description": "Military transport aircrafts"
},
{
"scheme": "CPV",
"id": "50210000",
"description": "Repair, maintenance and associated services related to aircraft and other equipment"
},
{
"scheme": "CPV",
"id": "50211200",
"description": "Aircraft repair services"
},
{
"scheme": "CPV",
"id": "60444000",
"description": "Aircraft-operation services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI"
}
],
"relatedLot": "1"
},
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKI74"
}
],
"deliveryLocation": {
"description": "RAF Northolt, London, UK"
}
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.contracts.mod.uk/go/50061669018C5D362ACD",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
},
{
"id": 1,
"documentType": "biddingDocuments",
"url": "https://www.contracts.mod.uk"
}
],
"contractTerms": {
"performanceTerms": "The successful personnel will be required to hold the necessary security clearances following award of contract. Further detail regarding the processes to be followed and conditions to be applied are available in the procurement documents",
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true,
"otherTerms": "The successful personnel will be required to obtain the necessary security clearances following award of contract. Further detail regarding the processes to be followed and conditions to be applied will be included within the ITN.",
"financialTerms": "As stipulated within the DPQQ and later within the ITN.",
"tendererLegalForm": "As stipulated within the DPQQ and later within the ITN."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated",
"tenderPeriod": {
"endDate": "2024-03-03T23:59:00Z"
},
"secondStage": {
"invitationDate": "2021-12-03T00:00:00Z",
"minimumCandidates": 2,
"maximumCandidates": 4,
"successiveReduction": true
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2022-02-11T23:59:59Z"
},
"variantPolicy": "notAllowed",
"depositsGuarantees": "As stipulated within the DPQQ and later within the ITN."
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"newValue": {
"text": "Downloadable copies of the awarded contract including its annexes can be found at the Original Oppportunity Notice at: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52559 Or the Contract Award Notice on Contracts Finder at: https://www.contractsfinder.service.gov.uk/Notice/624da830-ec1f-44dc-ae9b-a6f24abe9024"
},
"where": {
"section": "V"
}
}
]
}
],
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35730000",
"description": "Electronic warfare systems and counter measures"
},
{
"scheme": "CPV",
"id": "50210000",
"description": "Repair, maintenance and associated services related to aircraft and other equipment"
},
{
"scheme": "CPV",
"id": "50211200",
"description": "Aircraft repair services"
},
{
"scheme": "TED_SERVICE_CATEGORY_DEFENCE",
"id": "3",
"description": "Defence services, military defence services and civil defence services"
}
],
"value": {
"currency": "GBP",
"amount": 150000000
},
"minValue": {
"amount": 135000000,
"currency": "GBP"
},
"hasOptions": true,
"options": {
"description": "In addition to the previously stated contract duration, the Authority may at its sole discretion extend the contract by a maximum of 6 years (taken in single or multiple year intervals). The PS135,000,000 to PS150,000,000 estimated Contract value is inclusive of the above options."
},
"hasRenewal": false,
"contractPeriod": {
"durationInDays": 1800
},
"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."
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Economic operators will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Economic operators who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Economic operators who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority. 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": "As stipulated within the DPQQ and later within the ITN",
"minimum": "As stipulated within the DPQQ and later within the ITN",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "As stipulated within the DPQQ and later within the ITN",
"minimum": "As stipulated within the DPQQ and later within the ITN",
"appliesTo": [
"subcontractor"
]
},
{
"type": "technical",
"description": "As stipulated within the DPQQ and later within the ITN.",
"minimum": "Economic operator is expected to be a Coordinated Design Organisation (CDO) accredited with Maintenance Approved Organisation Scheme (MAOS) and Design Approved Organisation Scheme (DOAS), or willing to obtain such accreditation, or able to partner with an organisation that meets these requirements. As further stipulated within the DPQQ and later within the ITN.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As stipulated within the DPQQ and later within the ITN",
"minimum": "As stipulated within the DPQQ and later within the ITN",
"appliesTo": [
"subcontractor"
]
}
],
"description": "Following assessment of the DPQQ responses the Authority shall invite the four highest scoring economic operators that also meet the minimum threshold to tender for the requirement. Where there are less than four economic operators that meet the minimum threshold, the Authority reserves the right (at its sole discretion) to invite less than four economic operators to tender or, cancel the procurement exercise. Further information on the criteria used for scoring each DPQQ question, the minimum threshold and allocating a final score can be found in the DPQQ and DPQQ guidance notes attached to this opportunity."
},
"techniques": {
"frameworkAgreement": {
"period": {
"durationInDays": 1825
},
"minimumValue": {
"amount": 135000000,
"currency": "GBP"
},
"value": {
"amount": 150000000,
"currency": "GBP"
}
}
}
},
"parties": [
{
"id": "GB-FTS-33098",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Ministry of Defence, Walnut 2b, #1229, Air Support, RECAP PT",
"locality": "Bristol",
"region": "UKK11",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "RECAP Commercial Team",
"telephone": "+44 3001630996",
"email": "desc17csae-commercial@mod.gov.uk",
"url": "https://contracts.mod.uk/go/96744081017CA709A610"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/ministry-of-defence",
"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"
}
]
}
},
{
"id": "GB-FTS-24385",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Ministry of Defence, Air Support, Walnut 2b, #1229",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "desc17csae-commercial@mod.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-5483",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"region": "UKK11",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "desc17csae-commercial@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/ministry-of-defence",
"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"
}
]
}
},
{
"id": "GB-FTS-45873",
"name": "Centreline AV Limited",
"identifier": {
"legalName": "Centreline AV Limited"
},
"address": {
"streetAddress": "Bristol Airport",
"locality": "Bristol",
"region": "UKK11",
"postalCode": "BS38 3DP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-100541",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Walnut 2b, # 1027, MOD Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "CSAT Commercial Team, attn: Jason Atkinson",
"email": "DESC17CSAE-Commercial@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
"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"
}
]
}
},
{
"id": "GB-FTS-100542",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "DE&S, Air Support, Walnut 2b, #1027, MoD Abbeywood South",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "DESC17CSAE-Commercial@mod.gov.uk"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-100541",
"name": "Ministry of Defence"
},
"language": "en",
"awards": [
{
"id": "005779-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-45873",
"name": "Centreline AV Limited"
}
]
}
],
"contracts": [
{
"id": "005779-2022-1",
"awardID": "005779-2022-1",
"status": "active",
"value": {
"amount": 70000,
"currency": "GBP"
},
"dateSigned": "2022-02-01T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
}
]
}
}