Opportunity

Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT)

  • Ministry of Defence

F17: Contract notice for contracts in the field of defence and security

Notice reference: 2024/S 000-004920

Published 14 February 2024, 1:33pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence

Defence Equipment & Support, NH1, Spruce 0b, #1013, MOD Abbey Wood

Bristol

BS34 8JH

For the attention of

gibaut katherine

Email(s)

katherine.gibaut100@mod.gov.uk

Country

United Kingdom

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

The above-mentioned contact point(s)

Tenders or requests to participate must be sent to

The above-mentioned contact point(s)

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT)

two.1.2) Type of contract and location of works, place of delivery or of performance

Services

Service category No 3: Defence services, military defence services and civil defence services

Main site or location of works, place of delivery or of performance

RAF Northolt

NUTS code

  • UK - United Kingdom

two.1.5) Short description of the contract or purchase(s)

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.

two.1.6) Common procurement vocabulary (CPV)

  • 60400000 - Air transport services

two.1.7) Information about subcontracting

The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed

The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract

two.1.8) Lots

This contract is divided into lots: No

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total 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.

Estimated value excluding VAT:

Range: between £30,000,000 and £40,000,000

two.2.2) Information about options

Options: Yes

Description of these options: The Contract has an anticipated duration of Five (5) years from Contract Award with an additional 1-year Option.

two.3) Duration of the contract or time limit for completion

Duration in months: 60 (from the award of the contract)


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

The Authority may require a Parent Company Guarantee or Bank Gaurantee at its sole discretion.

three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

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.

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met as per: “Annex A – DPQQ Guidance and Evaluation Plan” and “Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria”.

Minimum level(s) of standards possibly required: Minimum level(s) of standards required: “Annex A – DPQQ Guidance and Evaluation Plan” and “Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria”.

Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met as per: “Annex A – DPQQ Guidance and Evaluation Plan” and “Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria”.

Minimum level(s) of standards possibly required: Minimum level(s) of standards required: “Annex A – DPQQ Guidance and Evaluation Plan” and “Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria”.

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met as per: “Annex A – DPQQ Guidance and Evaluation Plan” and “Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria”.

Minimum level(s) of standards possibly required: Minimum level(s) of standards required: “Annex A – DPQQ Guidance and Evaluation Plan” and “Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria”.

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met as per: “Annex A – DPQQ Guidance and Evaluation Plan” and “Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria”.

Minimum level(s) of standards possibly required: Minimum level(s) of standards required: “Annex A – DPQQ Guidance and Evaluation Plan” and “Annex B-DPQQ Part 1 Form D Economic and Financial Standing Evaluation Criteria”.


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators: 6

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.2) Previous publication(s) concerning the same contract

Prior information notice

Notice number: 2022/S 000-007373 of 17 March 2022

Other previous publications

Notice number: 2022/S 000-034941 of 9 December 2022

four.3.4) Time limit for receipt of tenders or requests to participate

15 March 2024 - 3:00pm

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

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

six.3) Additional information

The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.