Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2016/S 193-348335/EN)
Nature of contract: Service contract
Procedure: Not applicable
Regulation of procurement: EU
Type of bid required: Not applicable
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Combat Air, UK Military Flying Training System (UKMFTS) Project Team
Building 1300, Abbey Wood North
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067988024
Email: DESUKMFTS-ASDOT-Comrcl-Industry@mod.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Title attributed to the contract by the contracting authority/entity:
Air Support to Defence Operational Training (ASDOT).
II.2) Type of contract and location of works, place of delivery or of performance:
SERVICES
Main site or location of works, place of delivery or of performance:
UK
Service category: Air transport services of passengers and freight, except transport of mail
II.3) Information on framework agreement
II.4) Short description of nature and scope of works or nature and quantity or value of supplies or services:
The UK Military Flying Training Systems — Project Team (UKMFTS — PT) is currently developing the requirements and scope of the Air Support to Defence Operational Training (ASDOT) programme. The ASDOT programme will aim to meet the air support requirements across the Air, Navy, Army and Joint Service Commands from 2020, progressively replacing existing contracted and military service provision as these programmes expire or reach their planned out of service date. The current programme consists of Electronic Warfare (EW) and Aggressor Threats as well as training for Joint Terminal Attack Controllers (JTAC). Please note that this Prior Information Notice supecedes previous 2016/S 117-209320 Dated 18.6.2016.
Lots: The contract is divided into lots: No
II.5) Common procurement vocabulary (CPV):
75220000
II.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 1.1.2019
II.7) Additional information:
ASDOT is a Category ‘A’ programme and under current planning assumptions may be delivered in incremental phases — Phase one will be introduced from 2020 for 15 years and the estimated value is approximately 962 000 000 GBP. Phase two could add another 300 000 000 GBP-500 000 000 GBP over the remaining 8 years.
Description of Procurement.
The scope of the ASDOT programme currently covers provision of live flying assets to meet the following training requirements:
— Air to Air Combat;
— Air to Surface Combat;
— Joint Terminal Attack Controller (JTAC)/Forward Air Controller (Airborne) (FAC(A));
— Electronic Warfare;
— Air Traffic Control (ATC), Ground Based Air Defence (GBAD) and Aerospace Battle Management (ABM);
— Live Gunnery
The ASDOT team is currently working towards an Investment Decision by the end of 2016. Under current plans, a competition for this requirement under the Negotiated Procedure will be launched in Q1 2017 with the release of a Pre-Qualification Questionnaire (PQQ). At this time it is envisaged that a single 15 year contract will be let covering the delivery of the requirement through a phased approach. It is important to the Authority that as many interested parties be given the opportunity to understand and consider ASDOT ahead of formal engagement and therefore an Industry Day is planned for Q1 2017, this will be an opportunity for potential suppliers to learn more about the requirement document.
Some Industry engagement has already taken place during the Concept Phase through the Niteworks Partnership and the Authority now invites companies wishing to learn more about this requirement or offer views on contract duration, phasing and performance measures, technology insertion points and capability enhancements, to contact the Project Team which would be happy to engage.
This PIN is to alert the market to this potential future requirement and is NOT a formal request for expressions of interest (EOI). a contract notice and dynamic PQQ may be issued at a date after the industry day to request EOIs which shall reference this pin.
Enquiries should be sent by email to: DESUKMFTS-ASDOT-Cmrcl-Industry@mod.uk
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2) Conditions for participation
III.2.1) Information about reserved contracts
Section VI: Complementary information
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no.
VI.2) Additional information
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2016103-DCB-8891713.
VI.3) Information on general regulatory framework
VI.4) Date of dispatch of this notice: 03.10.2016