Tender

Airlift Services Framework (ASF)

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2023/S 000-031110

Procurement identifier (OCID): ocds-h6vhtk-040df1

Published 20 October 2023, 5:05pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

MOD Abbey Wood, Cedar 3C, #3351, NH3

Bristol

BS34 8JH

Contact

Ann Jones

Email

UKSTRATCOM-DefSp-DSCOM-AirChart@mod.gov.uk

Country

United Kingdom

Region code

UKK - South West (England)

Internet address(es)

Main address

https://www.contracts.mod.uk/web/login.html

one.3) Communication

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

https://www.contracts.mod.uk/web/login.html

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/web/login.html

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

Airlift Services Framework (ASF)

Reference number

709204453

two.1.2) Main CPV code

  • 60423000 - Air-charter services

two.1.3) Type of contract

Services

two.1.4) Short 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.

two.1.5) Estimated total value

Value excluding VAT: £75,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Whole Charter Passenger and Freight Partnering: Delivery Partner

Lot No

1

two.2.2) Additional CPV code(s)

  • 60423000 - Air-charter services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Quality criterion - Name: Commercial / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £75,000,000

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

Start date

1 August 2024

End date

31 July 2028

This contract is subject to renewal

Yes

Description of renewals

Any subsequent Contract following the expiration of this framework will be subject to a

separate Restricted Competition.

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

Envisaged minimum number: 2

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

As outlined in the Dynamic Pre-Qualification Questionnaire (DPQQ).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of 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.

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

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.

two.2) Description

two.2.1) Title

Whole Charter Passenger and Freight: Rapid Response Brokerage

Lot No

2

two.2.2) Additional CPV code(s)

  • 60423000 - Air-charter services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Quality criterion - Name: Commercial / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £75,000,000

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

Start date

1 August 2024

End date

31 July 2028

This contract is subject to renewal

Yes

Description of renewals

Any subsequent Contract following the expiration of this framework will be subject to a

separate Restricted Competition.

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

Envisaged minimum number: 2

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

As outlined in the Defence Pre-Qualification Questionnaire (DPQQ).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of 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.

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

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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

To be outlined in the Invitation To Tender (ITT) pack.

three.1.2) Economic and financial standing

List and brief description of selection criteria

To be outlined in the Invitation To Tender (ITT) pack.

three.1.3) Technical and professional ability

List and brief description of selection criteria

To be outlined in the Invitation To Tender (ITT) pack.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

To be outlined in the Invitation To Tender (ITT) pack.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

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

20 November 2023

Local time

5:00pm

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

27 November 2023

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: 9 (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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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.

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence

Defence Support Chain Operations and Movements (DSCOM), Abbeywood, Cedar 3C, #3351, NH3

Bristol

BS34 8JH

Email

UKSTRATCOM-DefSp-DSCOM-COM-CHTR@mod.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Ministry of Defence

Defence Support Chain Operations and Movements (DSCOM), MOD Abbeywood, Cedar 3C, #3351, NH3

Bristol

BS34 8JH

Email

UKSTRATCOM-DefSp-DSCOM-COM-CHTR@mod.gov.uk

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Ministry of Defence

Defence Support Chain Operations and Movements (DSCOM), MOD Abbeywood, Cedar 3C, #3351, NH3

Bristol

BS34 8JH

Country

United Kingdom

Internet address

https://www.contracts.mod.uk/web/login.html