Notice Information
Notice Title
Airlift Services Framework
Notice Description
A framework for whole charter passenger and freight partnering and rapid response - Commercial aircraft charter services constitutes the hire of passenger or freighter aircraft with crew for defined missions in support of Defence activity. The Authority has a requirement for whole aircraft charter for the transportation of cargo and personnel worldwide. The Authority requires the ability to access the commercial market for these services in times of operational surge or when circumstances dictate. Suppliers are required to provide flexible access to the commercial whole aircraft charter market in a dynamic and fast-moving military environment.
Lot Information
Whole Charter Passenger and Freight Partnering: Delivery Partner
Lot 1 - Whole Charter Passenger and Freight Partnering - This will be a framework agreement with a maximum of one (1) Aircraft Operator, for the routine movement of passengers and cargo worldwide. Cargo may be palletised or loose-loaded and specialised military equipment, which can include International Air Transport Association (IATA) compliant Dangerous Goods classes 2-9 and firearms. Suppliers will be expected to provide all licences and clearances to allow this. At times, and in conjunction with the Authority, licenses may be required to move non-IATA compliant Dangerous Goods. Passenger moves can be for groups of mainly service personnel but they may also include service families/dependents, unaccompanied minors, detainees with a nominated escort, fee paying passengers and other government personnel. Passenger moves can also include the transportation of deceased personnel. Suppliers will be expected to provide all licences and clearances to allow this. Additional information: There is no limit to the number of Lots a supplier may Tender for. Suppliers may apply for either Lot 1 or Lot 2, or for both Lots. However, If a supplier is the highest scoring on both Lots, they cannot be awarded both Lots. Lot 1 will be delivered by a Delivery Partner / Aircraft Operator, and Lot 2 will be delivered by a Broker.
Options: The framework will include options to extend for a maximum of an additional two (2) years in minimum time periods of twelve (12) months.
Renewal: Any subsequent Contract following the expiration of this framework will be subject to a separate Restricted Competition.
Whole Charter Passenger and Freight: Rapid Response BrokerageThis will be a framework agreement with a maximum of one (1) Broker. For the movement of passengers and cargo worldwide at extreme short notice or where mass is required. Passenger moves can be for groups of mainly service personnel, but they may also include: service families/dependents, unaccompanied minors, detainees with a nominated escort, fee paying passengers and other government personnel. Passenger moves can also include the transportation of deceased personnel. Suppliers will be expected to provide all licences and clearances to allow this. At times, this may also include carriage of International Air Transport Association (IATA)-compliant Dangerous Goods Classes 2-9 and firearms. Additional information: There is no limit to the number of Lots a supplier may Tender for. Suppliers may apply for either Lot 1 or Lot 2, or for both Lots. However, If a supplier is the highest scoring on both Lots, they cannot be awarded both Lots. Lot 1 will be delivered by a Delivery Partner / Aircraft Operator, and Lot 2 will be delivered by a Broker.
Options: The framework will include options to extend for a maximum of an additional two (2) years in minimum time periods of twelve (12) months.
Renewal: Any subsequent Contract following the expiration of this framework will be subject to a separate Restricted Competition.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-040df1
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031606-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
-
- CPV Codes
60423000 - Air-charter services
Notice Value(s)
- Tender Value
- £75,000,000 £10M-£100M
- Lots Value
- £75,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Oct 20232 years ago
- Submission Deadline
- 20 Nov 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Jul 2024 - 31 Jul 2028 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Ann Jones
- Contact Email
- ukstratcom-defsp-dscom-com-chtr@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
- TLK South West (England)
-
- 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
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-040df1-2023-10-26T12:28:57+01:00",
"date": "2023-10-26T12:28:57+01:00",
"ocid": "ocds-h6vhtk-040df1",
"description": "Framework agreement with more than one operator: Lot 1 - Whole Charter Passenger & Freight Partnering: Delivery Partner Lot 2 - Whole Charter Passenger & Freight: Rapid Response Brokerage Duration of the framework agreement: Duration in year(s): 4+1+1 There is no commitment or guarantee of work for any suppliers under the Framework Agreement. The initial duration of the Framework Agreement will be 4 years with options to extend for a maximum of an additional two (2) years in minimum time periods of twelve (12) months. The estimated Value Ranges specified in this notice are based on the maximum contract duration of 6 years. There is no limit to the number of Lots a supplier may apply for. Suppliers may apply for either Lot 1 or Lot 2, or for both Lots. However, if a supplier is the highest scoring on both Lots, they cannot be awarded both Lots. Lot 1 will be awarded to and delivered by a Delivery Partner / Aircraft Operator, and Lot 2 will be awarded to and delivered by a Broker. The cyber risk profile for the Framework is Moderate. The Risk Assessment Reference (RAR) number for this Framework is RAR-167530724. Operators which are invited to tender will be required to complete the Supplier Assurance Questionnaire (SAQ) via the Defence Cyber Protection Partnership (DCPP) form to demonstrate their compliance against the required cyber risk level. Please note that Non-MOD staff will be used during the PQQ and ITT process including the evaluation.",
"initiationType": "tender",
"tender": {
"id": "709204453",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Airlift Services Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "60423000",
"description": "Air-charter services"
},
"mainProcurementCategory": "services",
"description": "A framework for whole charter passenger and freight partnering and rapid response - Commercial aircraft charter services constitutes the hire of passenger or freighter aircraft with crew for defined missions in support of Defence activity. The Authority has a requirement for whole aircraft charter for the transportation of cargo and personnel worldwide. The Authority requires the ability to access the commercial market for these services in times of operational surge or when circumstances dictate. Suppliers are required to provide flexible access to the commercial whole aircraft charter market in a dynamic and fast-moving military environment.",
"value": {
"amount": 75000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "Whole Charter Passenger and Freight Partnering: Delivery Partner",
"description": "Lot 1 - Whole Charter Passenger and Freight Partnering - This will be a framework agreement with a maximum of one (1) Aircraft Operator, for the routine movement of passengers and cargo worldwide. Cargo may be palletised or loose-loaded and specialised military equipment, which can include International Air Transport Association (IATA) compliant Dangerous Goods classes 2-9 and firearms. Suppliers will be expected to provide all licences and clearances to allow this. At times, and in conjunction with the Authority, licenses may be required to move non-IATA compliant Dangerous Goods. Passenger moves can be for groups of mainly service personnel but they may also include service families/dependents, unaccompanied minors, detainees with a nominated escort, fee paying passengers and other government personnel. Passenger moves can also include the transportation of deceased personnel. Suppliers will be expected to provide all licences and clearances to allow this. Additional information: There is no limit to the number of Lots a supplier may Tender for. Suppliers may apply for either Lot 1 or Lot 2, or for both Lots. However, If a supplier is the highest scoring on both Lots, they cannot be awarded both Lots. Lot 1 will be delivered by a Delivery Partner / Aircraft Operator, and Lot 2 will be delivered by a Broker.",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "60"
},
{
"name": "Commercial",
"type": "quality",
"description": "30"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 75000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-01T00:00:00+01:00",
"endDate": "2028-07-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Any subsequent Contract following the expiration of this framework will be subject to a separate Restricted Competition."
},
"secondStage": {
"minimumCandidates": 2,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "As outlined in the Dynamic Pre-Qualification Questionnaire (DPQQ)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The framework will include options to extend for a maximum of an additional two (2) years in minimum time periods of twelve (12) months."
},
"status": "active"
},
{
"id": "2",
"title": "Whole Charter Passenger and Freight: Rapid Response Brokerage",
"description": "This will be a framework agreement with a maximum of one (1) Broker. For the movement of passengers and cargo worldwide at extreme short notice or where mass is required. Passenger moves can be for groups of mainly service personnel, but they may also include: service families/dependents, unaccompanied minors, detainees with a nominated escort, fee paying passengers and other government personnel. Passenger moves can also include the transportation of deceased personnel. Suppliers will be expected to provide all licences and clearances to allow this. At times, this may also include carriage of International Air Transport Association (IATA)-compliant Dangerous Goods Classes 2-9 and firearms. Additional information: There is no limit to the number of Lots a supplier may Tender for. Suppliers may apply for either Lot 1 or Lot 2, or for both Lots. However, If a supplier is the highest scoring on both Lots, they cannot be awarded both Lots. Lot 1 will be delivered by a Delivery Partner / Aircraft Operator, and Lot 2 will be delivered by a Broker.",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "60"
},
{
"name": "Commercial",
"type": "quality",
"description": "30"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 75000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-01T00:00:00+01:00",
"endDate": "2028-07-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Any subsequent Contract following the expiration of this framework will be subject to a separate Restricted Competition."
},
"secondStage": {
"minimumCandidates": 2,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "As outlined in the Defence Pre-Qualification Questionnaire (DPQQ)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The framework will include options to extend for a maximum of an additional two (2) years in minimum time periods of twelve (12) months."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60423000",
"description": "Air-charter services"
}
],
"deliveryAddresses": [
{
"region": "UKK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60423000",
"description": "Air-charter services"
}
],
"deliveryAddresses": [
{
"region": "UKK"
}
],
"relatedLot": "2"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.contracts.mod.uk/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "To be outlined in the Invitation To Tender (ITT) pack.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "To be outlined in the Invitation To Tender (ITT) pack.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "To be outlined in the Invitation To Tender (ITT) pack.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "To be outlined in the Invitation To Tender (ITT) pack.",
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 2
}
},
"tenderPeriod": {
"endDate": "2023-11-20T17:00:00Z"
},
"secondStage": {
"invitationDate": "2023-11-27T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 270
}
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "75000000.00"
},
"newValue": {
"text": "150000000.00"
},
"where": {
"section": "II.1.5",
"label": "Estimated total value"
}
},
{
"oldValue": {
"text": "UKSTRATCOM-DefSp-DSCOM-AirChart@mod.gov.uk"
},
"newValue": {
"text": "UKSTRATCOM-DefSp-DSCOM-COM-CHTR@mod.gov.uk"
},
"where": {
"section": "I.1)"
}
}
],
"description": "Please note that the email address to be used for all correspondence and clarification questions is: UKSTRATCOM-DefSp-DSCOM-COM-CHTR@mod.gov.uk Please note that the total estimated value at II.1.5 in the contract notice is now replaced from 75000000.00 GBP to 150000000.00 Under Select Directive this should read Defence and Security Notices and not Common Notices"
}
]
},
"parties": [
{
"id": "GB-FTS-95959",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "MOD Abbey Wood, Cedar 3C, #3351, NH3",
"locality": "Bristol",
"region": "UKK",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Ann Jones",
"email": "UKSTRATCOM-DefSp-DSCOM-COM-CHTR@mod.gov.uk",
"url": "https://www.contracts.mod.uk/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.contracts.mod.uk/web/login.html",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
},
"additionalContactPoints": [
{
"email": "UKSTRATCOM-DefSp-DSCOM-COM-CHTR@mod.gov.uk"
}
]
},
{
"id": "GB-FTS-95960",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Defence Support Chain Operations and Movements (DSCOM), Abbeywood, Cedar 3C, #3351, NH3",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "UKSTRATCOM-DefSp-DSCOM-COM-CHTR@mod.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-95961",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Defence Support Chain Operations and Movements (DSCOM), MOD Abbeywood, Cedar 3C, #3351, NH3",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "UKSTRATCOM-DefSp-DSCOM-COM-CHTR@mod.gov.uk"
},
"roles": [
"mediationBody",
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-95959",
"name": "Ministry of Defence"
},
"language": "en"
}