By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

/entity: Air Support to Defence Operational Training (ASDOT).

Prior information notice for contracts in the field of defence and security

Services

Directive 2009/81/EC

Section I: Contracting authority/entity

I.1)Name, addresses and contact point(s)

Ministry of Defence, Combat Air, UK Military Flying Training System (UKMFTS) Project Team
Abbey Wood
BS34 8JH Bristol
United Kingdom
Telephone: +44 1179132548
E-mail:

Internet address(es):

General address of the contracting authority/entity: https://www.gov.uk/government/organisations/defence-equipment-and-support

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/entity is purchasing on behalf of other contracting authorities/entities: 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
Service category No 3: Defence services, military defence services and civil defence services
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 Flight Training Systems Project Team (UKMFTS PT) is currently developing the requirement 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 Forces Commands from 2020, progressively replacing existing contracted and military service provision as these programmes expire or reach their planned out of service date.
Estimated value excluding VAT: 750 000 000 GBP

Lots

This 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:
Estimated Total Value
ASDOT is a Category A programme and under current planning assumptions it will be delivered in incremental phases - Phase one will be introduced from 2020 for 15 years and the estimated value is approximately 750 000 000 GBP. Phase 2 could add another 300 000 000 - 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 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.
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 in due course to request EOIs which shall reference this PIN.

Enquiries should be sent by email to:

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:
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.

https://www.gov.uk/government/publications/government-security-classifications

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.

Advertising 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-2016616-DCB-8365151.

VI.3)Information on general regulatory framework
VI.4)Date of dispatch of this notice:
16.6.2016

Other interesting websites