Scope
Reference
714936450
Description
Project HERA is a significant and wide-ranging Royal Air Force (RAF)-led project aimed at delivering services and technical support across UK military sites. It is a key part of the Authority's strategy to ensure the continued efficient and safe operation of Authority units.
The Services will be consolidated under a single national Contract for an anticipated initial period of eight years and 10 months, with an option to extend the Contract for a further two years (the anticipated 10-month mobilisation period is included within the initial term). The Authority will enter into the Contract with a single supplier entity (notwithstanding any Consortium arrangements).
Project HERA will replace four existing contracts (three delivered under Programme HADES, as well as the separate Brize Support Contract).
This Contract may be used by the Authority as a mechanism to develop additional airbase enabling and technical support services delivered to the Authority, subject to Procurement Act 2023.
Project HERA Services: The comprehensive range of Services expected to be delivered under Project HERA includes, but is not limited to, the following:
Supply
Mechanical Transport (MT) Operations
General Engineering Services
Flying Clothing and Survival Equipment
Airport and Airfield Support Services
Aircraft Maintenance
Fuels and Lubricants
Media and Graphics
Digital and Cyberspace Support Services
General Duties and Administration Support
Training Support and Sport Services
Armoury Support
Contingency Planning
Supplier Personnel Management
Service Delivery Data
Service Line Development during the term of the Contract aligned to the aforementioned activities.
The Sites expected to be deilvered under Project HERA includes, but is not limited to, the following:
RAF Valley
RAF Shawbury
RAF Cosford
MOD Lyneham
Middle Wallop
RAF Brize Norton
RAF High Wycombe
RAF Northolt
RAF Halton
RAF Henlow
RAF Wyton
RAF Waddington
RAF Cranwell
Digby
RRH Staxton Wold
RRH Buchan
RAF Boulmer
RAF Fylingdales
Registering on AWARD
The link below will take you to the DSP AWARD® registration page where the PSQ and PSQ Guidance Document can be found.
https://award.commercedecisions.com/dsp/web/project/29edf3d7-0a2a-48aa-83f1-4657f5475c77/register
If your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com). Once registered/logged in you will have visibility of the HERA PSQ AWARD project.
Only one user per company will be able to complete registration. Once registered, additional users can be requested by raising a Clarification in the PSQ containing the new users names and e-mail addresses.
Further Information
Suppliers should note Supplier response restrictions as detailed within the PSQ Guidance Document, including paragraphs 2 to 4.
The HERA Contract will be based on the Government's Model Services Contract (MSC), together with relevant narrative MOD DEFCON clauses and project specific bespoke drafting.
Parts of the draft Contract will be made available to Suppliers with the PSQ, in the Data Room on the AWARD®. The specific release dates for the draft Contract Schedules will be communicated to interested parties via the AWARD® portal.
These draft Contract documents are being shared at the PSQ Stage for information purposes only and in order to provide Suppliers with an early understanding of certain potential contractual terms. These documents are subject to amendment, and updated drafts will be made available with the ITT to Tenderers.
Suppliers should note that access to the Data Room and the contract documents contained in it is subject to certain conditions as set out in the PSQ Guidance Document.
Total value (estimated)
- £605,695,000 excluding VAT
- £671,498,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 29 June 2027 to 31 March 2036
- Possible extension to 31 March 2038
- 10 years, 9 months, 2 days
Description of possible extension:
The Authority has the right to exercise an option to extend the contract duration by two years.
Options
The right to additional purchases while the contract is valid.
The Authority has the right to exercise an option to extend the contract duration by two years.
Main procurement category
Services
CPV classifications
- 50211200 - Aircraft repair services
- 63733000 - Aircraft refuelling services
- 63734000 - Hangar services
- 71356300 - Technical support services
- 34962230 - Air-traffic control training
- 71300000 - Engineering services
- 79960000 - Photographic and ancillary services
- 80500000 - Training services
- 79630000 - Personnel services except placement and supply services
- 60100000 - Road transport services
- 63730000 - Support services for air transport
- 63731000 - Airport operation services
- 71311240 - Airport engineering services
Contract locations
- UK - United Kingdom
Justification for not using lots
Project HERA will provide airbase enabling and technical support services at RAF, Army and Cyber & Specialist Operations Command (CSOC) locations. The services at these locations are already contracted out under the 3 regional HADES contracts and under a separate Brize Support Contract (BSC). The Procurement Act 2023 requires contracting authorities considering outsourcing to consider lotting as a potential delivery approach.
The Authority conducted a comprehensive Project HERA Delivery Model Assessment. That assessment included various lotting strategies and a single national contract approach. The conclusion of the DMA was that that a single national contract offers key benefits in terms of operational agility and flexibility, consistency of service, reduced contract management overhead on the part of the MOD and better value for money. On this basis, Project HERA will be delivered as a single national contract.
Participation
Legal and financial capacity conditions of participation
As set out in the PSQ and PSQ Guidance Document.
Technical ability conditions of participation
As set out in the PSQ and PSQ Guidance Document.
Submission
Enquiry deadline
12 November 2025, 10:00am
Submission type
Requests to participate
Deadline for requests to participate
21 November 2025, 5:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
4 suppliers
Selection criteria:
As set out in the PSQ and PSQ Guidance Document.
Award decision date (estimated)
2 June 2027
Recurring procurement
Publication date of next tender notice (estimated): 2 April 2035
Award criteria
| Name | Description | Type |
|---|---|---|
| Compliance Check | This will consist of a check against the following criteria: a. Requirements Compliance (Evaluated on Pass/Fail basis) b. Commercial Compliance (Evaluated on Pass/Fail basis) c. Financial Compliance... |
Quality |
| Non-Cost Criteria | The Non-Cost quality assessment consists of three key areas, that will be weighted and assessed in accordance with the assessment criteria developed: a. Service Line (Requirements) Criteria b. Non-... |
Quality |
| Cost Criteria | This will be the Net Present Value (NPV) of the Total Value of the Contract and will derived from the weighted price given by the Bidder. The Net Present Value of the whole life contract cost is... |
Cost |
Weighting description
Compliance Check - PASS/FAIL
Non-Cost Criteria - 60%
Cost Criteria - 40%
Other information
Payment terms
As set out in the PSQ and PSQ Guidance Document.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Defence and security
Competitive flexible procedure description
The Contract will be procured under the competitive flexible procedure. It is anticipated that the procurement process for the HERA project will be structured as a multi-stage procurement process consisting of the following stages:
a. PSQ stage.
The Procurement Specific Questionnaire (PSQ) stage commenced with the publication of this Tender Notice.
The PSQ questions and assessment methodology (including whether pass/fail or scored, and weightings and minimum score thresholds for scored PSQ questions) are set out in the PSQ Guidance Document, and on AWARD®.
The four highest scoring suppliers (as described in the PSQ Guidance Document) who submit a compliant PSQ response, achieve a 'Pass' for all PSQ questions assessed on a pass/fail basis and who meet the minimum score thresholds set out in the PSQ Guidance Document will be invited to the next stage of the procurement process and will be issued with the Invitation to Tender (ITT). Any other suppliers who submitted a PSQ response will not be taken through to the ITT Stage of the procurement process and will not participate any further in this procurement.
b. Initial Tender stage.
The ITT will be issued to the four suppliers shortlisted following the assessment of their PSQ responses (the "Tenderers"). Following a series of launch/introductory meetings and site visits, Tenderers will be invited to submit Initial Tenders which will be assessed by the Authority in accordance with the assessment criteria and methodology set out in the ITT. The Authority does not intend to down-select at Initial Tender stage.
c. Negotiation stage.
Following assessment of Initial Tenders and the provision of feedback to Tenderers, the Authority will hold a series of negotiation meetings with Tenderers to discuss any key issues. This Negotiation Stage will continue until the Authority is satisfied that all key issues have been thoroughly discussed and it has decided on its position in relation to those key issues. At that stage, the Authority will close the Negotiation Stage and issue the Invitation to Submit Final Tenders (ISFT).
d. ISFT stage.
Once the Authority has closed the Negotiation Stage, Tenderers will be invited to submit Final Tenders through the issue of the ISFT. Final Tenders will be evaluated in accordance with the assessment criteria and methodology set out in the ISFT to identify the Most Advantageous Tender (MAT).
e. Approvals and award stage.
Subject to final approvals, the Tenderer offering the MAT in their Final Tender will be awarded the Contract.
Further details regarding the competitive flexible procedure for this procurement are set out in the PSQ Guidance Document
Documents
Documents to be provided after the tender notice
Future documents will be provided on the AWARD@ portal.
Registering on AWARD
The link below will take you to the DSP AWARD® registration page where the PSQ and PSQ Guidance Document can be found.
https://award.commercedecisions.com/dsp/web/project/29edf3d7-0a2a-48aa-83f1-4657f5475c77/register
If your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com). Once registered/logged in you will have visibility of the HERA PSQ AWARD project.
Only one user per company will be able to complete registration. Once registered, additional users can be requested by raising a Clarification in the PSQ containing the new users names and e-mail addresses.
Further Information
Suppliers should note Supplier response restrictions as detailed within the PSQ Guidance Document, including paragraphs 2 to 4.
The HERA Contract will be based on the Government's Model Services Contract (MSC), together with relevant narrative MOD DEFCON clauses and project specific bespoke drafting.
Parts of the draft Contract will be made available to Suppliers with the PSQ, in the Data Room on the AWARD®. The specific release dates for the draft Contract Schedules will be communicated to interested parties via the AWARD® portal.
These draft Contract documents are being shared at the PSQ Stage for information purposes only and in order to provide Suppliers with an early understanding of certain potential contractual terms. These documents are subject to amendment, and updated drafts will be made available with the ITT to Tenderers.
Suppliers should note that access to the Data Room and the contract documents contained in it is subject to certain conditions as set out in the PSQ Guidance Document.
Contracting authority
Ministry of Defence
- Public Procurement Organisation Number: PHVX-4316-ZVGZ
Headquarters Air Command
High Wycombe
HP14 4UE
United Kingdom
Contact name: Ministry of Defence
Email: AIR-HERA@mod.gov.uk
Website: https://www.gov.uk/government/organisations/ministry-of-defence
Region: UKJ13 - Buckinghamshire CC
Organisation type: Public authority - central government