Opportunity

Air Start Replacement Project (ASRP)

  • Air Commodities Delivery Team

F02: Contract notice

Notice reference: 2021/S 000-003609

Published 23 February 2021, 4:32pm



Section one: Contracting authority

one.1) Name and addresses

Air Commodities Delivery Team

MOD ABBEY WOOD South

Bristol

BS34 8JH

Contact

Christopher Simmons

Email

christopher.simmons106@mod.gov.uk

Telephone

+44 3067988095

Country

United Kingdom

NUTS code

UKK11 - Bristol, City of

Internet address(es)

Main address

https://www.contracts.mod.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.contracts.mod.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Air Start Replacement Project (ASRP)

Reference number

701428382

two.1.2) Main CPV code

  • 34741000 - Aircraft equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The User requires a turbine-driven air start capability, to support the operation and maintenance of designated aircraft types. The capability will be required to support the enabling of the Strategic Base; fulfil standing commitments; development and maintenance of a contingent capability; and contingent operations commensurate with the direction provided in Defence Strategic Direction 2016, the RAF Command Plan and the requirements of Joint Force 2025.

The DPQQ can be accessed via Defence Contracts Online (contracts.mod.uk) and the Access Code is 9HWV5JS889

two.1.5) Estimated total value

Value excluding VAT: £5,350,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of
Main site or place of performance

Bristol, City of

two.2.4) Description of the procurement

The scope of the requirement is to replace the current RAF fleet of Houchin 165 and 230 Air Start equipment that have passed their planned out of service date (OSD). The user requires a minimum fleet of 15 new Air Starters to provide an engine start and environmental control system (ECS) maintenance capability for the designated aircraft types operated by Headquarters Air Command (HQ AIR), at UK Main Operating Bases (MOBs), and Permanent Joint Operating Bases (PJOBs) and the deployed operating environment.

The scope of the requirement will also include through life support of the 15x new Air Starters, and for the existing fleet of 21 x Rheinmetall MSU 200/6 T Air Start Units purchased in 2009 and in service with the Royal Air Force’s Typhoon Fleet.

The Contract will include the following Work Packages:

WP 1 – Project Management & Core Post Design Services (PDS)

WP 2 – Test Evaluation, Acceptance & Equipment Delivery

WP 3 – Integrated Logistic Support (ILS)

WP 4 – Provision of Spares

WP 5 – Technical Support

WP 6 – Maintenance and Repair

WP 7 - Training

WP 8 – Technical Publications

WP 9 – Obsolescence Management

A Draft Statement of Requirement (SOR) is available for review as part of the attachments to the Dynamic Pre Qualification Questionnaire (DPQQ).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,350,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 7

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Contract will have 4x additional Option Years.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Prospective contractors are required to hold Quality Management System certification to BS ISO 9001:2015 or suitable alternative, with appropriate scope to deliver contract requirements, issued by a National Accredited Certification Body. You will be required to provide a copy of certificate(s) in the DPQQ. The winning supplier will be required to provide it for review prior to contract award.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 March 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 April 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.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. The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.dcocontracts.mod.uk GO Reference: GO-2021223-DCB-17832586

six.4) Procedures for review

six.4.1) Review body

Air Commodities Delivery Team

MOD ABBEY WOOD South

Bristol

BS34 8JH

Email

christopher.simmons106@mod.gov.uk

Telephone

+44 3057988095

Country

United Kingdom

Internet address

https://www.contracts.mod.uk