Stotles logo
Closed

C17CSAE/707083450 Command Support Air Transport (CSAT) Recapitalisation Phase 2

Published

Value

142,500,000 GBP

Description

The UK Ministry of Defence (MOD) replaced its fleet of BAe146 transport aircraft stationed at RAF Northolt in June 2022, with 2 x New Dassault Falcon 900LX business jets, by adopting a procurement strategy featuring two phases: Phase 1: Competitive procurement of two new civil jets with an in-service support package that runs until Sep 2026. These aircraft are owned by the MoD but operated on the Civil Aircraft Register (CAR) and initially operated by a contractor. Phase 1 also included the training of military pilots and cabin crew and the use of these service personnel to complement the civilian pilots in the delivery of the service. Phase 2: A separate competitive procurement for the embodiment of military modifications onto the aircraft, from 1 Oct 2026 (subject to further take-up of contract options), and provision of in-service support through to Apr 2037, utilising military personnel in the operation of the aircraft, under the Military Aircraft Register (MAR). NB – this Contract Notice is concerned exclusively with Phase 2. Quantity or scope: The current CSAT fleet consists of 2 x Envoy IV Aircraft (Dassault Falcon 900LX) based at RAF Northolt. Although the Envoy IV are currently operated on the Civilian Aircraft Register (CAR), the intention is to transfer Envoy IV onto the Military Aircraft Register (MAR) prior to the start of the new contract. Scope comprises two key requirements: 1. Provision of a fully inclusive in-service support solution to support and maintain the Envoy IV Aircraft through to planned OSD of Apr 2037, utilising military personnel in the operation of the aircraft. 2. Design and embodiment of military modifications onto the aircraft and ensure certification of airworthiness under MAR, to enable the aircraft to be operated in military airspace and in a non-benign environment. The modifications will be subject to the outcome of a requirements review. The contract shall be for a term of 5 (five) initial years with options to extend by a further 6 (six) years (taken in single or multiple year intervals). This contract is being procured under Regulation 18 (Negotiated Procedure) of the Defence and Security Public Contracts Regulations 2011. The Defence Sourcing Portal (DSP) will be used to manage the procurement process, including evaluation. Access to the DSP is required to complete the DPQQ and access should be requested via the Supplier Registration Page on the DSP. Following DPQQ evaluation, the Authority intends to invite a maximum of the 4 (four) highest scoring respondents to the ITN phase. Following submission and assessment of the written Initial Tender submissions, all technically and commercially compliant bidders may be invited to a negotiation phase. However, the Authority reserves the right to award the Contract to the Most Economically Advantageous Tender (MEAT) in accordance with the scoring criteria following evaluation of the tenders, without undertaking a negotiation phase. The Authority anticipates issuing the ITN in December 2024, followed by a bidders’ conference to be held in the UK. Contract award is forecast for March 2026 with contract start in October 2026, though the Authority reserves the right to amend the timetable from time to time. The Authority trades using the electronic ‘Contracting, Purchasing & Finance’ system (CP&F). Before completing the DPQQ, any interested parties should ensure that they have the ability to trade electronically, and the willingness connect to the CP&F System in the event of being successful. A Cyber Risk Assessment has been conducted for this requirement to ascertain the level of Cyber Risk present. The result of this assessment is that a Cyber Risk level of 'Low’ exists and therefore successful respondents invited to ITN will need to hold a Cyber Essentials [Plus] certificate and undertake a Cyber Risk Assessment on their proposed supply chain. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Cyber Risk Assessment using RAR code: RAR-303384308. To note: The issue of this Contract Notice (CN) or any future ITN or ITN material is not a commitment by the Authority to place a contract as a result of this competition, or at a later stage. Any expenditure, work or effort undertaken prior to any offer and subsequent acceptance of contract, is a matter solely for your commercial judgement. The Authority has conducted previous industry engagement using Defence Contracts Online (DCO), with a Request for Information (RFI) published in April 2023 and industry day held in July 2023. Lot 1: CSAT RECAP Phase 1 requires delivery of 2 Aircraft to the Authority. Time is of the essence for the delivery of these 2 Aircraft, this shall be measured on whether the Aircraft are both Accepted by 31 March 2022. The Aircraft may initially be based from an Operating Base of the Contractor’s choosing or RAF Northolt (NHT) but must transition to RAF NHT (which will become the Main Operating Base (MOB)) by Phase 1 Full Operating Capability (FOC). The Aircraft will need to achieve a minimum unrefueled range of 3,850nm from an unrestricted airfield transporting up to 8 passengers, 3 crew and associated baggage. The CSAT Recap Aircraft will be owned by MoD but will be leased back to the Contractor and operated during the period of Phase 1 on the Civil Aircraft Register by the Contractor who will assume all airworthiness responsibility. CSAT RECAP Phase 1 requires delivery of up to 980 flying hours in the first year ending 31 March 2023 and up to 1200 flying hours in the second year, ending 31 March 2024 from the two Aircraft that are available. These services are to be available 7 days per week, 365 days per year from the Contractors Operating Base and/or the MOB. CSAT Recap requires delivery of a support arrangement that will incorporate all scheduled and unscheduled maintenance arisings where risk will be appropriately apportioned to ensure that a high level of Aircraft availability can be reasonably achieved. The solution also requires the Contractor to manage delivery of all Aircraft movements in accordance with tasking from the Authority. While civilian crews are required to pilot the Aircraft in Phase 1, this phase also includes a requirement to train an initial cadre of RAF pilots and cabin crew to supplement the civilian pilots in delivering the flying hours. Lot 1: CSAT RECAP Phase 1 requires delivery of 2 Aircraft to the Authority. Time is of the essence for the delivery of these 2 Aircraft, this shall be measured on whether the Aircraft are both Accepted by 31 March 2022. The Aircraft may initially be based from an Operating Base of the Contractor’s choosing or RAF Northolt (NHT) but must transition to RAF NHT (which will become the Main Operating Base (MOB)) by Phase 1 Full Operating Capability (FOC). The Aircraft will need to achieve a minimum unrefueled range of 3,850nm from an unrestricted airfield transporting up to 8 passengers, 3 crew and associated baggage. The CSAT Recap Aircraft will be owned by MoD but will be leased back to the Contractor and operated during the period of Phase 1 on the Civil Aircraft Register by the Contractor who will assume all airworthiness responsibility. CSAT RECAP Phase 1 requires delivery of up to 980 flying hours in the first year ending 31 March 2023 and up to 1200 flying hours in the second year, ending 31 March 2024 from the two Aircraft that are available. These services are to be available 7 days per week, 365 days per year from the Contractors Operating Base and/or the MOB. CSAT Recap requires delivery of a support arrangement that will incorporate all scheduled and unscheduled maintenance arisings where risk will be appropriately apportioned to ensure that a high level of Aircraft availability can be reasonably achieved. The solution also requires the Contractor to manage delivery of all Aircraft movements in accordance with tasking from the Authority. While civilian crews are required to pilot the Aircraft in Phase 1, this phase also includes a requirement to train an initial cadre of RAF pilots and cabin crew to supplement the civilian pilots in delivering the flying hours.

Timeline

Publish date

3 years ago

Close date

7 months ago

Buyer information

Ministry of Defence

Contact:
RECAP Commercial Team
Email:
desc17csae-commercial@mod.gov.uk

Explore contracts and tenders relating to Ministry of Defence

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by Ministry of Defence

Explore more open tenders, recent contract awards and upcoming contract expiries published by Ministry of Defence.

Explore more suppliers to Ministry of Defence

Sign up