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
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
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
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