Section one: Contracting authority
one.1) Name and addresses
Air Commodities Delivery Team
MOD ABBEY WOOD South
Bristol
BS34 8JH
Contact
Christopher Simmons
christopher.simmons106@mod.gov.uk
Telephone
+44 3067988095
Country
United Kingdom
NUTS code
UKK11 - Bristol, City of
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
christopher.simmons106@mod.gov.uk
Telephone
+44 3057988095
Country
United Kingdom