Tender

Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT)

MINISTRY OF DEFENCE

This public procurement record has 4 releases in its history.

Tender

14 Feb 2024 at 13:33

TenderUpdate

14 Dec 2022 at 14:24

Tender

09 Dec 2022 at 14:12

Planning

17 Mar 2022 at 22:45

Summary of the contracting process

The Ministry of Defence has issued a tender for the Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT) for the DE&S Multi Helicopter Platforms Project Team. This procurement involves providing a rotary wing transport capability for VIPs, with a security classification of Official Sensitive. The contract value is between £30 million and £40 million, with a duration of five years from contract award. The requirement includes point-to-point flights for high-priority military personnel and government officials, to be operated by British Military aircrew based at RAF Northolt. The deadline for the tender period is 15th March 2024.

This tender presents an opportunity for businesses providing air transport services, especially those experienced in defence services and military defence services. The Ministry of Defence is seeking suppliers able to deliver a Military Registered solution, maintain required transport capacity, and meet stringent security and operational criteria. Potential tenderers will need to complete a Supplier Assurance Questionnaire as part of the competitive process. Businesses interested in subcontracting parts of the contract should also express their interest to the Authority. The Ministry of Defence will evaluate potential providers based on their economic, financial, professional, and technical capabilities. The procurement method is selective, with a planned timeframe for issuing the Invitation to Tender within 6-12 weeks from the publication of the tender notice.

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)

Notice Description

The Defence Equipment and Support (DE&S)Multi Helicopter Platforms (MHP) Project Team has a requirement for a competitive procurement of an assured, timely and discreet Rotary Wing transport capability for VIPs, including the Prime Minister, Ministers, Senior Military Officers, and Government Officials, etc. for point-to-point flights by day and night on a Military Registered Commercially Owned (MRCO) contract basis. The procurement has a security classification of Official Sensitive. Quantity or scope: 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 be 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 01 Dec 24. 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. 12. Hold EASA Part 21 J Design Organisation Approval (Rotary Wing) or be able to sub-contract a supplier who holds this. 13. Provide personnel SC Clearances prior to access onto RAF Northolt site 14. Work collaboratively with SPMAP DT to achieve Platform Security Accreditation if not already in place. 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. The planned timeframe for issue of the Invitation to Tender for this requirement is approximately 6-12 weeks 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032367
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004920-2024
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
Restricted
Tender Suitability
Not specified
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 Feb 20242 years ago
Submission Deadline
15 Mar 2024Expired
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: Christopher Davidge, Attn: gibaut katherine
Contact Email
christopher.davidge100@mod.gov.uk, katherine.gibaut100@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
N/A
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 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-032367-2024-02-14T13:33:10Z",
    "date": "2024-02-14T13:33:10Z",
    "ocid": "ocds-h6vhtk-032367",
    "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": "ocds-h6vhtk-032367",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "60400000",
            "description": "Air transport services"
        },
        "additionalClassifications": [
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "3",
                "description": "Defence services, military defence services and civil defence services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "The Defence Equipment and Support (DE&S)Multi Helicopter Platforms (MHP) Project Team has a requirement for a competitive procurement of an assured, timely and discreet Rotary Wing transport capability for VIPs, including the Prime Minister, Ministers, Senior Military Officers, and Government Officials, etc. for point-to-point flights by day and night on a Military Registered Commercially Owned (MRCO) contract basis. The procurement has a security classification of Official Sensitive. Quantity or scope: 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 be 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 01 Dec 24. 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. 12. Hold EASA Part 21 J Design Organisation Approval (Rotary Wing) or be able to sub-contract a supplier who holds this. 13. Provide personnel SC Clearances prior to access onto RAF Northolt site 14. Work collaboratively with SPMAP DT to achieve Platform Security Accreditation if not already in place. 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. The planned timeframe for issue of the Invitation to Tender for this requirement is approximately 6-12 weeks 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.",
        "value": {
            "amount": 40000000,
            "currency": "GBP"
        },
        "minValue": {
            "amount": 30000000,
            "currency": "GBP"
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "RAF Northolt"
                }
            }
        ],
        "hasOptions": true,
        "options": {
            "description": "The Contract has an anticipated duration of Five (5) years from Contract Award with an additional 1-year Option."
        },
        "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. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "The Authority may require a Parent Company Guarantee or Bank Gaurantee at its sole discretion.",
            "languages": [
                "en"
            ]
        },
        "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": "Information and formalities necessary for evaluating if the requirements are met as per: \"Annex A - DPQQ Guidance and Evaluation Plan\" and \"Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria\".",
                    "minimum": "Minimum level(s) of standards required: \"Annex A - DPQQ Guidance and Evaluation Plan\" and \"Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria\".",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Information and formalities necessary for evaluating if the requirements are met as per: \"Annex A - DPQQ Guidance and Evaluation Plan\" and \"Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria\".",
                    "minimum": "Minimum level(s) of standards required: \"Annex A - DPQQ Guidance and Evaluation Plan\" and \"Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria\".",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Information and formalities necessary for evaluating if the requirements are met as per: \"Annex A - DPQQ Guidance and Evaluation Plan\" and \"Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria\".",
                    "minimum": "Minimum level(s) of standards required: \"Annex A - DPQQ Guidance and Evaluation Plan\" and \"Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria\".",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Information and formalities necessary for evaluating if the requirements are met as per: \"Annex A - DPQQ Guidance and Evaluation Plan\" and \"Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria\".",
                    "minimum": "Minimum level(s) of standards required: \"Annex A - DPQQ Guidance and Evaluation Plan\" and \"Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria\".",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "As per \"706057452 - PQQ Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT),\" attachments: \"Annex A - DPQQ Guidance and Evaluation Plan,\" \"Annex B - DPQQ Selection Criteria,\" \"Annex C - DPQQ Economic and Financial Standing Evaluation Criteria\""
        },
        "contractTerms": {
            "otherTerms": "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."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 6,
            "maximumCandidates": 6
        },
        "tenderPeriod": {
            "endDate": "2024-03-15T15:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "30 Calendar days from issue of the Contract Notice.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-01-18T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2023-01-20T12:00:00Z"
                        },
                        "where": {
                            "section": "1"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-21262",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Christopher Davidge",
                "email": "Christopher.Davidge100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-FTS-70465",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Equipment & Support, NH1, Spruce 0b, #1013, MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: gibaut katherine",
                "email": "katherine.gibaut100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-FTS-70466",
            "name": "Defence Equipment & Support",
            "identifier": {
                "legalName": "Defence Equipment & Support"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood, NH1 Spruce 0b #1013",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "katherine.gibaut100@mod.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "katherine.gibaut100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-70465",
        "name": "Ministry of Defence"
    },
    "language": "en"
}