Chinook Mk6 Differences Synthetic Training
he FsAST Project Team has been given responsibility for delivering the Mk6 synthetic training solution for these aircraft. The training solution including infrastructure shall be co-located with the Chinook Fleet on an identified site at RAF Odiham.
UK-Bristol: aircraft or spacecraft equipment, trainers, simulators and associated parts
2012/S 116-192030
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority/entity
Flight Simulation and Synthetic Trainers Project Team, DE&S
MOD Abbey Wood, Walnut 3a, #1317
Contact point(s): DES FsAST-Comrcl3b
For the attention of: Scott McClelland
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067984309
E-mail: DESFsAST-Comrcl3b@mod.uk
Fax: +44 1179131919
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)
Section II: Object of the contract
Purchase
NUTS code UKJ3
34740000
Our current assessment has identified that motion critical aspects of training for Mk6 aircraft can be completed on the Mk4 FFS and live aircraft. In order for Mk6 specific flying, emergency and mission capabilities to be trained, an alternative capability, to train the differences between Mk4 and Mk6 is required. It is possible that synthetic training packages/equipment will also be required for the rear-crews and maintainers.
The solution is expected to be required to occasionally operate at up to SECRET-UK-EYES ONLY. However Tenderers will not need nor have any access to this classification of material during the procurement process and as such a full open competition will be run in accordance with the DSPCR 2011 Competitive Negotiated Procedure. Industry involved in delivery of this Training solution will be required to hold or obtain appropriate security clearance/accreditation.
Potential bidders are to note that as part of the requirement they will be required to design and deliver an infrastructure solution, at RAF Odiham, capable of housing the Chinook synthetic training.
All Expressions of Interest should be forwarded to the Issuing Branch detailed above and include a summary of previous experience in providing a systems design and integrator role in respect of aircraft simulators, Synthetic Training Equipment and Synthetic Environments.
Estimated value excluding VAT:
Range: between 20 000 000 and 100 000 000 GBP
Description of these options: As part of the ITN, bidders will be invited to propose alternative contract durations which may provide the best value for money solution.
Section III: Legal, economic, financial and technical information
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr.
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: Full details will be provided in the Pre-Qualification Questionnaire.
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
Full details will be provided in the Pre-Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: If necessary a Pre-Qualification Questionnaire will be issued to all those registering an expression of interest. The Pre-Qualification Questionnaire will provide the evaluation criteria to be used in selecting those to be invited to tender, which will be a minimum of three companies. The evaluation criteria to assess the PQQ will include, but not be limited to, the Supplier’s Organisation and management, capability, financial standing, quality accreditation, supply chain management, and technical capability and capacity relevant to the requirement. The negotiated procedure may take place in successive stages in order to reduce the number of tenders to be negotiated.
Section VI: Complementary information
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
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-2012615-DCB-3997513.
Flight Simulation & Synthetic Trainers Project Team, DE&S
Flight Simulation & Synthetic Trainers Project Team, DE&S
VI.5)Date of dispatch of this notice:15.6.2012