Opportunity

Command Support Air Transport Recapitalisation (CSAT Recap)

  • Ministry of Defence

F02: Contract notice

Notice reference: 2021/S 000-027137

Published 28 October 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Ministry of Defence, Walnut 2b, #1229, Air Support, RECAP PT

Bristol

BS34 8JH

Contact

RECAP Commercial Team

Email

desc17csae-commercial@mod.gov.uk

Telephone

+44 3001630996

Country

United Kingdom

NUTS code

UKK11 - Bristol, City of

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-defence

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://contracts.mod.uk/go/96744081017CA709A610

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/go/96744081017CA709A610

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

Command Support Air Transport Recapitalisation (CSAT Recap)

two.1.2) Main CPV code

  • 34711110 - Fixed-wing aircrafts

two.1.3) Type of contract

Supplies

two.1.4) Short description

The UK Ministry of Defence (MOD) currently operates a military fleet of BAe146 transport aircraft from RAF Northolt that will be withdrawn from service on 31 March 2022. The CSAT RECAP project aims to replace this capability by adopting a procurement strategy featuring two phases:

1. Phase 1: Competitive procurement of two civil Business Jets to be Accepted by 31 Mar 22 with an in-service support package that will run until 31 March 2024. Six, six-month Option periods (totaling 3 years) will be included in the Contract for continuation of the phase 1 in-service support as required. These aircraft will be owned by the MoD but operated on the Civil Aircraft Register and initially operated by contractor-provided civilian pilots. Phase 1 also includes the training of military pilots and cabin crew and the use of these service personnel to compliment the civilian pilots in the delivery of the service.

2. Phase 2: A separate competitive procurement for the embodiment of military modifications on the aircraft, from 1 April 2024 (subject to take-up of options), and provision of in-service support utilising military personnel in the operation of the aircraft, with an associated transfer of aircraft to the Military Aircraft Register.

NB – this contract advert is concerned exclusively with Phase 1.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34700000 - Aircraft and spacecraft
  • 34711300 - Piloted aircraft
  • 35611400 - Military transport aircrafts
  • 50210000 - Repair, maintenance and associated services related to aircraft and other equipment
  • 50211200 - Aircraft repair services
  • 60444000 - Aircraft-operation services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

CSAT RECAP Phase 1 requires delivery of 2 Aircraft to the Authority. Time is of the essence for the delivery of these 2 Aircraft, this shall be measured on whether the Aircraft are both Accepted by 31 March 2022. The Aircraft may initially be based from an Operating Base of the Contractor’s choosing or RAF Northolt (NHT) but must transition to RAF NHT (which will become the Main Operating Base (MOB)) by Phase 1 Full Operating Capability (FOC). The Aircraft will need to achieve a minimum unrefueled range of 3,850nm from an unrestricted airfield transporting up to 8 passengers, 3 crew and associated baggage. The CSAT Recap Aircraft will be owned by MoD but will be leased back to the Contractor and operated during the period of Phase 1 on the Civil Aircraft Register by the Contractor who will assume all airworthiness responsibility.

CSAT RECAP Phase 1 requires delivery of up to 980 flying hours in the first year ending 31 March 2023 and up to 1200 flying hours in the second year, ending 31 March 2024 from the two Aircraft that are available. These services are to be available 7 days per week, 365 days per year from the Contractors Operating Base and/or the MOB. CSAT Recap requires delivery of a support arrangement that will incorporate all scheduled and unscheduled maintenance arisings where risk will be appropriately apportioned to ensure that a high level of Aircraft availability can be reasonably achieved. The solution also requires the Contractor to manage delivery of all Aircraft movements in accordance with tasking from the Authority. While civilian crews are required to pilot the Aircraft in Phase 1, this phase also includes a requirement to train an initial cadre of RAF pilots and cabin crew to supplement the civilian pilots in delivering the flying hours.

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: £80,000,000

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

End date

31 March 2024

This contract is subject to renewal

No

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

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

In addition to the previously stated contract duration, the Authority may at its sole discretion extend the contract by a maximum of 3 years (taken in single or multiple 6-monthly intervals).

The £80,000,000 estimated Contract value is inclusive of £18,000,000 relating to the above options.

two.2.13) Information about European Union Funds

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


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The successful personnel will be required to hold the necessary security clearances following award of contract. Further detail regarding the processes to be followed and conditions to be applied are available in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

29 November 2021

Local time

10:00am

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

3 December 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

Tender must be valid until: 11 February 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Authority will comply with the Public Contract Regulations 2015 (PCR 2015) in respect of this procurement, using the Restricted Procedure.

The Defence Sourcing Portal (DSP) will be used to manage the DPQQ and Invitation to Tender (ITT) process, including evaluation. Access to the DSP is required to complete the DPQQ and it is recommended that access is requested via Supplier Registration Page.

An online Industry engagement event will be held in the week commencing 15 Nov 21. Expressions of interest to attend are invited no later than the 05 Nov 21 and must be made to desc17csae-commercial@mod.gov.uk

A bidders’ conference will be held at RAF Northolt on a date during week commencing 13th December 2021.

The Authority trades using the electronic ‘Contracting, Purchasing & Finance’ system (CP&F). Before completing the DPQQ, any interested parties should ensure that they have the ability to trade electronically and the willingness connect to the CP&F System in the event of being successful.

A Cyber Risk Assessment has been conducted for this requirement to ascertain the level of Cyber Risk present. The result of this assessment is that a Cyber Risk level of ‘Moderate’ exists and therefore successful respondents invited to ITT will need to hold a Cyber Essentials [Plus] certificate and implement ‘Moderate Controls’ in accordance with Def Stan 05-138. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing an Assurance Questionnaire using RAR code:168498601

Def Stan 05-138 available at: https://www.gov.uk/government/publications/cyber-security-for-defence-suppliers-def-stan-05-138

To note: The issue of this Contract Notice (CN) or any future ITT or ITT material is not a commitment by the Authority to place a contract as a result of this competition or at a later stage. Any expenditure, work or effort undertaken prior to any offer and subsequent acceptance of contract, is a matter solely for your commercial judgement.

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence

Ministry of Defence, Air Support, Walnut 2b, #1229

Bristol

BS34 8JH

Email

desc17csae-commercial@mod.gov.uk

Country

United Kingdom