Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT)

A Tender Notice
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Contract (Services)
Duration
5 year
Value
£30M-£40M
Sector
TRANSPORT
Published
09 Dec 2022
Delivery
To 18 Jan 2029 (est.)
Deadline
18 Jan 2023 00:00

Concepts

Location

United Kingdom: RAF Northolt

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The Defence Equipment and Support (DE&S) Special Projects Multi-Air Platforms (SPMAP) Project Team has a requirement for a competitive procurement of an assured, timely and discreet Rotary Wing transport capability for VIPs, including the Prime Minister, Ministers, Senior Military Officers, and Government Officials, etc. for point-to-point flights by day and night on a Military Registered Commercially Owned (MRCO) contract basis. The procurement has a security classification of Official Sensitive. Quantity or scope: The requirement is for a Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT) to provide point-to-point flights for high priority military personnel, ministers and government officials within the UK and near Europe to be operated by British Military aircrew (32 (TR) Sqn based at RAF Northolt) and tasked through Air Command HQ. Aircraft shall be capable of operating within restricted airspace such as Prohibited Areas, Restricted Areas and Danger Areas as defined in the UK Aeronautical Information Publication, and able to operate within a Control Zone (CTZ) such as London Heathrow. Please Note: Authority requires the service to be delivered as soon as practicable following 1 Apr 23. The Contractor will be required to: 1. Provide a Military Registered solution to fly up to 500 hours per annum at various readiness levels based on one task line, including Conversion to Role (CTR) training. Providing a Military Registered solution will include obtaining DAOS and MAOS accreditation among other things. 2. Provide a minimum transport capacity for at least 3 people including hand luggage. 3. Deliver the appropriate initial conversion to type (Type Rating) and 6-monthly simulator emergency handling training for military aircrew. 4. Provide line maintenance at the Main Operating Base (MOB) at RAF Northolt and be prepared to deliver support down route (i.e., away from RAF Northolt) if required. 5. In the event of planned/ unscheduled non-availability of the primary aircraft, provide a replacement capability in line with contract requirements. 6. Provide the requisite up-to-date digital document sets, e.g., Pilot Operation Handbooks, Flight Crew Operating Manual, Aircraft Maintenance Manual, Flight Reference Cards. 7. Provide a platform able to be operated Performance Class (PC) 1 to/from Wellington Barracks HLS and fitted with a Traffic Avoidance System as well as fully functional dual flying controls. 8. Provide a capability able to operate the aircraft in UK and near European civilian airspace, including over water/ sea (a minimum range of 250nm, landing with VFR reserve fuel). 9. Enable routine download and analysis of data post flight for the purpose of Flight Data Recording (FDM); to include Cockpit Voice Recorder and Flight Data Recorder (CV/ FDR system). 10. Provide all pertinent spares and deliver a full supply chain management solution, including repairs and obsolescence management. 11. Hold an EASA Part 145 Aircraft Maintenance Organisation Approval (Rotary Wing), EASA Part M Continuing Airworthiness Management Organisation Approval, and EASA Part 21 J Design Organisation Approval (Rotary Wing). 12. Provide personnel SC Clearances prior to access onto RAF Northolt site 13. Work collaboratively with SPMAP DT to achieve Platform Security Accreditation if not already in place. The relevant Cyber Risk Assessment code is RAR-377677548 and the cyber risk profile has been rated Moderate. Potential tenderers for this contract will be required to complete a Supplier Assurance Questionnaire (SAQ) at the ITT stage of the competitive process. Please note: The Authority will not accept or respond to any clarification questions on the requirement at this stage. The planned timeframe for issue of the Invitation to Tender for this requirement is 2 to 4 months from publication of this advert. Your response submitted via the DSP should only contain information with the Security Classification Official Sensitive or below. If your response contains information with a Security Classification higher than Official Sensitive, please contact the Authority for appropriate submission instructions. Contract Value/Duration: The Contract has an anticipated duration of Five (5) years from Contract Award with an additional 1-year Option. The final confirmed duration including any Contractual Option (s), and/or break points will be confirmed in the Invitation to Tender documentation. The Estimated Value of Contract (circa £30M) represents the estimated maximum value of the Contract. The maximum figure is only an estimate, and the total cumulative value of work may be above or below this figure. Process: Interested companies are required to complete a Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the company’s capacities and capabilities against the selection criteria. The Authority will use the DPQQ response to create a shortlist of tenderers who: a) are eligible to participate. b) fulfil any minimum economic, financial, professional, and technical standards; and, c) best meet in terms of capacity and capability the selection criteria set out below The Pre-Qualification Questionnaire Selection Criteria can be found in the attached supporting documents. The closing date for submission of responses is 18/01/2022. Responses received after this closure date/time will be discounted. Potential tenderers will be scored in accordance with the criteria listed. A maximum of the 6 highest scoring potential providers shall be taken through to the ITT stage. A minimum score of 30 (Adequate) shall be required for all scored and weighted questions to allow the Potential Provider to progress to the ITT stage for this requirement. All remaining questions will be PASS/FAIL. An evaluation of a FAIL shall result in an unsuccessful result, and the potential tenderer will not be included within the next stage of tendering for this requirement. The Authority reserves the right to exclude a potential tenderer if the estimated contract value exceeds 50% of that potential tenderer’s annual turnover. Information and formalities necessary for evaluating if the requirements are met as per: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria” Minimum level(s) of standards possibly required: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”

CPV Codes

  • 60400000 - Air transport services

Indicators

  • This is a one-off contract (no recurrence)
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

Reference

Domains