-
Contract Timeline
- Publication Date
-
14th February 2024 13:33:10 PM
- Tender Deadline
-
15th March 2024 15:00:00 PM Expired
-
Contract Summary
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.
-
Contract Details
- Open Contracting ID
-
ocds-h6vhtk-032367
- Publication Source
-
Find a Tender Service
- Procurement Stage
-
Tender
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted
- Procurement Category
-
Services
- Tender Suitability
-
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
60400000
- CPV Division(s)
-
60 - Transport services (excl. Waste transport)
-
Awarding Authority
- Buyer Name
-
Attn: gibaut katherine
- Buyer Email
-
katherine.gibaut100@mod.gov.uk
- Buyer Phone
- Buyer Address
-
Defence Equipment & Support, NH1, Spruce 0b, #1013, MOD Abbey Wood
Bristol
BS34 8JH
United Kingdom
-
Contract Timeline
- Publication Date
-
14th December 2022 14:24:18 PM
-
Contract Summary
The Defence Equipment and Support (DE&S) Special Projects Multi-Air Platforms (SPMAP) 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.
-
Contract Details
- Open Contracting ID
-
ocds-h6vhtk-032367
- Publication Source
-
Find a Tender Service
- Procurement Stage
-
TenderUpdate
- Procurement Method
-
N/A
- Procurement Method Details
-
N/A
- Procurement Category
-
Services
- Tender Suitability
-
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
60400000
- CPV Division(s)
-
60 - Transport services (excl. Waste transport)
-
Awarding Authority
- Buyer Name
- Buyer Email
-
katherine.gibaut100@mod.gov.uk
- Buyer Phone
- Buyer Address
-
Bristol
United Kingdom
-
Contract Timeline
- Publication Date
-
9th December 2022 14:12:09 PM
- Tender Deadline
-
18th January 2023 00:00:00 AM Expired
-
Contract Summary
The Defence Equipment and Support (DE&S) Special Projects Multi-Air Platforms (SPMAP) 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 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 1 Apr 23. 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, and EASA Part 21 J Design Organisation Approval (Rotary Wing). 12. Provide personnel SC Clearances prior to access onto RAF Northolt site 13. 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. Please note: The Authority will not accept or respond to any clarification questions on the requirement at this stage. The planned timeframe for issue of the Invitation to Tender for this requirement is 2 to 4 months 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. Contract Value/Duration: The Contract has an anticipated duration of Five (5) years from Contract Award with an additional 1-year Option. The final confirmed duration including any Contractual Option (s), and/or break points will be confirmed in the Invitation to Tender documentation. The Estimated Value of Contract (circa £30M) represents the estimated maximum value of the Contract. The maximum figure is only an estimate, and the total cumulative value of work may be above or below this figure. Process: Interested companies are required to complete a Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the company’s capacities and capabilities against the selection criteria. The Authority will use the DPQQ response to create a shortlist of tenderers who: a) are eligible to participate. b) fulfil any minimum economic, financial, professional, and technical standards; and, c) best meet in terms of capacity and capability the selection criteria set out below The Pre-Qualification Questionnaire Selection Criteria can be found in the attached supporting documents. The closing date for submission of responses is 18/01/2022. Responses received after this closure date/time will be discounted. Potential tenderers will be scored in accordance with the criteria listed. A maximum of the 6 highest scoring potential providers shall be taken through to the ITT stage. A minimum score of 30 (Adequate) shall be required for all scored and weighted questions to allow the Potential Provider to progress to the ITT stage for this requirement. All remaining questions will be PASS/FAIL. An evaluation of a FAIL shall result in an unsuccessful result, and the potential tenderer will not be included within the next stage of tendering for this requirement. The Authority reserves the right to exclude a potential tenderer if the estimated contract value exceeds 50% of that potential tenderer’s annual turnover. Information and formalities necessary for evaluating if the requirements are met as per: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria” Minimum level(s) of standards possibly required: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
-
Contract Details
- Open Contracting ID
-
ocds-h6vhtk-032367
- Publication Source
-
Find a Tender Service
- Procurement Stage
-
Tender
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted
- Procurement Category
-
Services
- Tender Suitability
-
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
60400000
- CPV Division(s)
-
60 - Transport services (excl. Waste transport)
-
Awarding Authority
- Buyer Name
-
Katherine Gibaut, attn: gibaut katherine
- Buyer Email
-
katherine.gibaut100@mod.gov.uk
- Buyer Phone
- Buyer Address
-
Defence Equipment & Support, NH1, Spruce 0b, #1013, MOD Abbey Wood
Bristol
BS34 8JH
United Kingdom
-
Contract Timeline
- Publication Date
-
17th March 2022 22:45:03 PM
-
Contract Summary
The Defence Equipment and Support (DE&S) Special Projects Multi Air Platform (SPMAP) Delivery Team is considering a new procurement for the Rotary Wing Command Support Air Transport (RWCSAT) capability. The procurement is for a 5year period, with a requirement for the contractor to deliver a twin-engine helicopter and support service to deliver one (1) fit for purpose aircraft daily at RAF Northolt. The helicopter must be capable of carrying a minimum of three (3) passengers up to 250 nautical miles (nm). The helicopter must be able to operate in VFR and IFR conditions both day and night down to 500ft. This helicopter will be in support of very important person (VIP) tasking for defence activity. The services that are likely to be required at the outset of any potential contract are: 1. Provide a suitable VIP transport twin-engine category A helicopter for defence tasking from RAF Northolt. 2. Provide a support service for the helicopter to ensure one (1) helicopter is available for daily tasking between 07:00 and 20:00 hrs, 365 days a year. The support service should be for up to five hundred (500) flying hours per year, with a preferred servicing location of RAF Northolt utilising existing infrastructure. 3. The helicopter must be capable of operating in VFR and IFR conditions both day and night down to 500ft. 4. The helicopter should be capable of single and twin pilot operations with a minimum of three (3) passengers. 5. The helicopter should have a minimum range of 250nm without refuel, hover and land in headwinds of up to 50 knots (kts). 6. The helicopter should be capable of Performance Class 1 operations and operating in Class A airspace. 7. The helicopter should be operated by military pilots under Military Aviation Authority (MAA) regulations. However, a Civilian operated solution could be considered. 8. The requirement should be available to start operations on the 1 Apr 2023. This Prior Information Notice (PIN) has been issued to provide information to the market and for the Authority to sound out the market to enable it to develop its procurement strategy for this requirement. The Authority would like to understand the market’s view on the proposed operation start date and potential solution for both defence and industry partner to ensure any future tender is deliverable within current market conditions. This PIN is not a means to seek formal expressions of interest; that opportunity may become available in the future through the publication of a formal contract notice that will be published on the Defence Sourcing Portal (DSP). If you are interested in this requirement, and have not done so, please send an email to Christopher.davidge100@mod.gov.uk by 17:00 Friday 25th March. Your email shall be no longer than 300 words and shall provide evidence of your capability to deliver the requirement including an indication of whether you can support a Military Registered, and/or Civil Registered capability and the latest required Contract Award date to meet the stated service delivery commencement date. This information will not be used to down select suppliers, that will be conducted via the ITN pack once the contract notice has been published. Any information provided will be kept confidential.
-
Contract Details
- Open Contracting ID
-
ocds-h6vhtk-032367
- Publication Source
-
Find a Tender Service
- Procurement Stage
-
Planning
- Procurement Method
-
N/A
- Procurement Method Details
-
N/A
- Procurement Category
-
Services
- Tender Suitability
-
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
60400000
60410000
60420000
60424120
60444000
60444100
60445000 - CPV Division(s)
-
60 - Transport services (excl. Waste transport)
-
Awarding Authority
- Buyer Name
-
Attn: Christopher Davidge
- Buyer Email
-
Christopher.Davidge100@mod.gov.uk
- Buyer Phone
- Buyer Address
-
MOD Abbey Wood
Bristol
United Kingdom