Post Design Services for Viking Gliders

A Voluntary Ex-Ante Transparency (VEAT) Notice
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£4M
Sector
TRANSPORT
Published
20 Jun 2024
Delivery
not specified
Deadline
n/a

Concepts

Location

Bristol

Geochart for 3 buyers and 1 suppliers

3 buyers

1 supplier

Description

United Kingdom Military Flying Training System (UKMFTS) has a requirement to contract with an organisation(s) to cover the provision of Post Design Services, supply of aircraft modification sets, the preparation and supply of amendments to technical publications and other documents relating to the Viking TMk1 (Grob G103A Twin II Acro) Glider Aircraft.

Award Detail

1 Atkinsrealis (Bristol)
  • Provision of Post Design Services to the Viking Glider
  • Reference: 711987453
  • Value: £4,300,000
  • Subcontracting opportunities are expected.

Renewal Options

There will be up to 2 option years following on from an initial 3 year contract.

CPV Codes

  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

Indicators

  • Options are available.
  • Award on basis of price and quality.

Other Information

The Defence Equipment & Support (DE&S) UK Military Flight Training Services (UKMFTS) Delivery Team, part of the UK Ministry of Defence (MoD), intends to award a follow-on three-year contract to AtkinsRealis Ltd for the supply of Post Design Services to the 52 Viking (Grob G103A) winch launched gliders owned by the 22 Group Royal Air Force Air Cadets (RAFAC). The Defence Equipment & Support (DE&S) UK Military Flight Training Services (UKMFTS) Delivery Team, part of the UK Ministry of Defence (MoD), intends to award a follow-on three-year contract to AtkinsRealis Ltd for the supply of Post Design Services to the 52 Viking (Grob G103A) winch launched gliders owned by the 22 Group Royal Air Force Air Cadets (RAFAC). In accordance with regulation 4 of the Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). DE&S advertised this requirement for competition but due to the lack of interest in the market will proceed with a direct placement of the follow-on requirement. This contract will include 2 option years which can be invoked at any point. The original competitive notice was issued on 17 April 2024 and only the incumbent (AtkinsRealis Ltd) submitted a DPQQ. Due to the failed competition, it is considered that this contract can be awarded as Single Source under Regulation 16(1)(a)(i) of the DSPCR 2011 due to the absence of tenders and Regulation 16(1)(a)(ii) due to technical reasons as competition has demonstrated only one supplier can meet the requirement. This notice is being published for transparency purposes.

Reference

Domains