Skip to main content.

UK Research & Innovation: UKRI-2175 Aircraft Maintenance and repair - Twin Otter fleet

  UK Research & Innovation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UKRI-2175 Aircraft Maintenance and repair - Twin Otter fleet
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: UKRI/ British Antarctic Survey wishes to establish a Contract for the provision of Twin Otter Maintenance programme. NERC/BAS has a requirement for the provision of Engineering services, (Airframe, Engine, Avionics and Design,) relating to the maintenance and servicing of: Four Viking DHC6-300 (Twin Otter) aircraft (increased MTOW), wheel ski equipped, when necessary, in science/survey/cargo roles
Published: 08/11/2022 10:35
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Cambridge: Aircraft maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             UK Research & Innovation
             British Antarctic Survey, High Cross, Madingley Rd, Cambridge, CB3 0ET, United Kingdom
             Tel. +44 1223221400, Email: basprocurement@ukri.org
             Contact: BAS Procurement
             Main Address: https://www.bas.ac.uk
             NUTS Code: UKH12
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Cambridge:-Aircraft-maintenance-services./2HMS888497
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Cambridge:-Aircraft-maintenance-services./2HMS888497 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: UKRI-2175 Aircraft Maintenance and repair - Twin Otter fleet       
      Reference Number: UKRI-2175
      II.1.2) Main CPV Code:
      50211100 - Aircraft maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: UKRI/ British Antarctic Survey wishes to establish a Contract for the provision of Twin Otter Maintenance programme.

NERC/BAS has a requirement for the provision of Engineering services, (Airframe, Engine, Avionics and Design,) relating to the maintenance and servicing of:

Four Viking DHC6-300 (Twin Otter) aircraft (increased MTOW), wheel ski equipped, when necessary, in science/survey/cargo roles       
      II.1.5) Estimated total value:
      Value excluding VAT: 8,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKH12 Cambridgeshire CC
      
      II.2.4) Description of procurement: UKRI wishes to establish a Contract for the provision of Twin Otter Maintenance programme.

NERC/BAS has a requirement for the provision of Engineering services, (Airframe, Engine, Avionics and Design,) relating to the maintenance and servicing of:

Four Viking DHC6-300 (Twin Otter) aircraft (increased MTOW), wheel ski equipped when necessary, in science/survey/cargo roles

The aircraft are the property of NERC, operated by BAS, for the purpose of supporting the NERC’s Air Operation, with a contract placed with the Selected Contractor for the continuing maintenance of the aircraft in all theatres of operation. BAS reserves the right to approach and use individual short term contracts for ad-hoc support, where use of a more local service provider is more appropriate/efficient or cost- effective.

A quantity of spare parts, ground support equipment, special, and general tooling is held by BAS in the Antarctic and UK. The Contractor will be responsible for the supply of any additional equipment and spares the Contractor deems necessary. The latter additional equipment is to be held on a consignment basis until used in support of the NERC aircraft.

The four DHC6-300 aircraft are registered in the Falkland Islands. The oversight of maintenance is by Air Safety Support International (a wholly owned subsidiary of UK Civil Aviation Authority). The regulatory framework for Maintenance Organisations is the Overseas Territories Aviation Requirements (OTAR 145).
All four aircraft have an STC for operations at 14,000lb. In the Antarctic and Arctic they are operated on wheel/skis. Two of the platforms are heavily modified to undertake airborne science missions.

The contract is both for heavy maintenance at the contractors home maintenance facility and line maintenance when the aircraft are deployed.
The aircraft are deployed to the Antarctic in October. It is expected that up to 4 licensed engineers will support the aircraft depending on the field programme and deployments. They undertake support of both the UK and international science programmes from the research station at Rothera. The facilities at Rothera include a Hangar and workshop facility. The support includes Halley Station and field work is conducted across the whole Continent. An engineer will sometimes be deployed with the aircraft, dependant on location and duration of the deployment, and need to be stationed at remote field camps. The deployment of the four aircraft to the Antarctic is for approximately 6 months with a return to the home maintenance facility in March for heavy maintenance.
Whilst undertaking heavy maintenance the contractor will often be requested to incorporate modifications in support of operation equipment upgrades but also science requirements.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 8,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: This is an ongoing requirement for the support of operations in Antarctica.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 09/12/2022 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Until: 31/07/2023
      
      IV.2.7) Conditions for opening of tenders:
         Date: 09/12/2022
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 5 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Cambridge:-Aircraft-maintenance-services./2HMS888497

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/2HMS888497
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research & Innovation
       Polaris House, Swindon, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 08/11/2022

Annex A


View any Notice Addenda

View Award Notice