CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-034941/EN)
Nature of contract:
Procedure: Not applicable

Contract notice

Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence
Defence Equipment & Support, NH1, Spruce 0b, #1013, MOD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Katherine Gibaut
For the attention of: gibaut katherine
Email: katherine.gibaut100@mod.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
I.3) Main activity:
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) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT)
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 3: Air transport services of passengers and freight, except transport of mail
Main site or location of works, place of delivery or of performance: RAF Northolt
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract: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.
II.1.6) Common procurement vocabulary (CPV): 60400000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total 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”
Estimated value excluding VAT:
Range: between 30000000.00 and 40000000.00 GBP
II.2.2) Information about options:
Options: yes

1 Option Year
The final confirmed duration including any Contractual Option (s), and/or break points will be provided in the Invitation to Tender documentation.

II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
The Authority may require a Parent Company Guarantee or Bank Gaurantee at its sole discretion.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 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.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

As per “706057452 – PQQ Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
– Browse to the eSourcing Portal
– Click the “Click here to register” link
– Accept the terms and conditions and click “continue”
– Enter your correct business and user details
– Note the username you chose and click “Save” when complete
– You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
– Login to the portal with the username/password
– Click the “PQQs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier)
– Click on the relevant PQQ to access the content.
– Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
– This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
– Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
– You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
– You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
– Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
– There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2) Economic and financial ability
As per “706057452 – PQQ Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT),” attachments: “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:
As per “706057452 – PQQ Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
As per “706057452 – PQQ Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”

III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As per “706057452 – PQQ Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT),” attachments: “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: 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 and shall be calculated as a minimum at 30% weighting for inclusion in 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
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators:6
Objective criteria for choosing the limited number of candidates:
As per “706057452 – PQQ Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
SPMAP/109 -Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT)
706057452 – Rotary Wing Command Support Air Transport Helicopter Service (RWCSAT)
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU:2022/S 000-007373of17.3.2022
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
18.1.2023
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
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.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Defence Equipment & Support
MOD Abbey Wood, NH1 Spruce 0b #1013
Bristol
Postal code: BS34 8JH
United Kingdom
Email: katherine.gibaut100@mod.gov.uk
Body responsible for mediation procedures:
Defence Equipment & Support
MOD Abbey Wood, NH1 Spruce 0b #1013
Bristol
Postal code: BS34 8JH
United Kingdom
Email: katherine.gibaut100@mod.gov.uk
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:30 Calendar days from issue of the Contract Notice.
VI.5) Date of dispatch of this notice:
9.12.2022

RELATED ARTICLES

May 12, 2026

Supply and Support of Hoses, Pipe Engineering Work and Valves (HPV) for Royal Navy Vessels

Type of document: Contract Notice Country: United Kingdom Publication Ref: 043102/S 000-2026 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type

May 12, 2026

Number One Officer's Mess at RAF Cranwell - Design and Refurbishment - UK1

Type of document: Contract Notice Country: United Kingdom Publication Ref: 042825/S 000-2026 Nature of contract: Public works contract Procedure: Not specified Regulation of procurement: Not