Published date: 12 December 2023

This notice was replaced on 12 December 2023

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Opportunity (published 12 December 2023, last edited 28 March 2025)

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Contract summary

Industry

  • Repair and maintenance services of military aircrafts, missiles and spacecrafts - 50650000

Location of contract

HA4 6NG

Value of contract

£135,000,000 to £150,000,000

Procurement reference

tender_366018/1292836

Published date

12 December 2023

Closing date

3 March 2024

Closing time

11:59pm

Contract start date

1 October 2026

Contract end date

30 September 2031

Contract type

Service contract

Procedure type

Competitive procedure with negotiation (above threshold)

Anyone may ask to participate, but only those who are pre-selected will be invited to submit initial tenders and to negotiate.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

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).

The £135,000,000 to £150,000,000 estimated contract value is inclusive of the above options.


More information

Links

Additional text

As this procurement relates to the provision of services for military purposes, the Authority will comply with the Defence & Security Public Contract Regulations (DSPCR 2011). The procurement will operate under the negotiated procedure with prior publication of a contract notice (the "competitive negotiated procedure").

The Defence Sourcing Portal (DSP) will be used to manage the DPQQ and Invitation to Negotiation (ITN) process, including evaluation. Access to the DSP is required to complete the DPQQ and it is recommended that access is requested via Supplier Registration Page.

Following DPQQ evaluation, the Authority intends to invite a maximum of 4 (four) respondents to the ITN phase. 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.

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 ITT will need to meet Cyber Essentials requirements. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Supplier Assurance Questionnaire using RAR code: RAR-303384308

For further information refer to Def Stan 05-138, available at: https://www.gov.uk/government/publications/cyber-security-for-defence-suppliers-def-stan-05-138

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 Sourcing Portal, with a Request for Information (RFI) published 26/04/2023: https://www.contracts.mod.uk/go/83440377018C5EB7E7D3

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.


About the buyer

Contact name

C17CSAE Commercial Team

Address

Ministry of Defence, Air Support, Walnut 2b, # 1027, MOD Abbey Wood
Bristol
BS34 8JH
England

Email

DESC17CSAE-Commercial@mod.gov.uk

Website

https://www.contracts.mod.uk