Tender

Airlift Services Framework

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderUpdate

26 Oct 2023 at 11:28

Tender

20 Oct 2023 at 16:05

Summary of the contracting process

The Ministry of Defence has initiated a tender for an "Airlift Services Framework" in the services industry category. This framework aims to provide whole charter passenger and freight partnering and rapid response services, supporting Defence activity globally. The Ministry of Defence, located in Bristol, United Kingdom, is seeking suppliers to offer flexible access to commercial aircraft charter services in dynamic military environments. The procurement stage is currently active, with a contract period starting on August 1, 2024, and lasting until July 31, 2028.

This tender presents an opportunity for businesses involved in air-charter services to compete for contracts providing transportation of cargo and personnel on a global scale. Companies with expertise in commercial aircraft charter services, particularly in whole charter passenger and freight partnering, are well-suited to engage with the Ministry of Defence through this framework agreement. The procurement method is selective, with a focus on quality criteria such as technical capabilities and price competitiveness. Businesses interested in expanding their operations within the defence sector should consider participating in this tender process, which has a submission deadline of November 20, 2023.

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

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 Brokerage

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.

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.

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

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

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-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"
}