Flight Simulation Training Systems for MOD
Defence Operational Training Capability (Air) Core System and Services.
United Kingdom-Bristol: Training and simulation in aircrafts, missiles and spacecrafts
2016/S 148-269082
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Air Support, Flight Simulation and Synthetic Trainers Project Team (FSAST PT)
Walnut 3a #1317, MOD Abbey Wood
Contact point(s): DESFsAST-Comrcl4a
BS34 8JH Bristol
United Kingdom
Telephone: +44 3067985450
E-mail: DESFsAST-Comrcl4a@mod.uk
Internet address(es):
General address of the contracting authority/entity: https://www.gov.uk/government/organisations/ministry-of-defence
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: Ministry of Defence, Air Support, Flight Simulation and Synthetic Trainers Project Team (FSAST PT)
NH1 Walnut 3a #1317, MOD Abbey Wood
Contact point(s): DESFsAST-Comrcl4a
BS34 8JH Bristol
United Kingdom
E-mail: DESFsAST-DCSSMailbox@mod.uk
Tenders or requests to participate must be sent to: Ministry of Defence, Air Support, Flight Simulation and Synthetic Trainers Project Team (FSAST PT)
NH1 Walnut 3a #1317, MOD Abbey Wood
Contact point(s): DESFsAST-Comrcl4a
BS34 8JH Bristol
United Kingdom
E-mail: DESFsAST-DCSSMailbox@mod.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities/entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 20: Training and simulation services in the fields of defence and security
Main site or location of works, place of delivery or of performance: Lincolnshire.
NUTS code UKF30
II.1.5)Short description of the contract or purchase(s):
The DCS&S requirement is for the design, development and delivery of a system capable of hosting the common synthetic environment for distributed synthetic training devices to connect to each other, via a Government issued Wide Area Network, so that synthetic mission training events can be facilitated.
The system shall facilitate the execution and real-time management of the synthetic environment and training events, manage security restrictions across different classification domains and also provide the ability to review each training event, enabling near real-time feedback for trainees. The requirement also includes the design, development and delivery of a Development Engineering Laboratory to support exercise design and planning, through life system development and engineering, experimentation and to de-risk future capability integration activities.
The full capability will be delivered in a series of increments. This Contract will require the provider to successfully deliver the 1st increment by April 2020. The 1st increment includes the integration of Typhoon and E-3D with the Core System and link to US DMON. Additional increments required during the Contract period will be added under the Contract Change Procedure.The supplier will also be required to provide an initial period of In-Service Support covering key areas such as technical support, system modification and integration, simulation and modelling, security administration, system maintenance and repair, inventory management, configuration management, obsolescence management and system design management. It is anticipated that the initial contract duration shall run from April 2018 until March 2025. Also, that The Authority shall have irrevocable options to extend the contract up to a further 3 years until March 2028.
Anticipated release of the ITN: Q1 2017.
II.1.6)Common procurement vocabulary (CPV)
80650000, 80660000, 35700000, 72317000
II.1.7)Information about subcontracting
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 75 000 000 and 120 000 000 GBP
II.2.2)Information about options
Description of these options: Options to extend contract duration. Details to be provided in the ITN.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.
Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at:www.d2btrade.com The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form) and DEFCON 522J (Payment under P2P).
III.2.1)Personal situation
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 of the European Parliament and of the Council (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 of the European Parliament and of the Council (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.
III.2.2)Economic and financial ability
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: (a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) Where appropriate, a statement, covering the 3 previous financial years of the economic operator, of: (i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
Evidence of appropriate professional risk indemnity; at least 2 years certified audited accounts in statutory form, profit and loss account and balance sheet; statement of overall turnover to be provided with DPQQ. A financial assessment will be undertaken on the supplier’s financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.
III.2.3)Technical and/or professional capacity
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:
(d) A statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;
(m) In the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;
(o) Any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).
Companies expressing an interest in this requirement are required to complete and submit the DPQQ.
Minimum level(s) of standards possibly required
Full details of minimum standards that apply are contained within the DPQQ.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The selection criteria is explained in the DPQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
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. 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.
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 Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on: http://www.contracts.mod.uk You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: T5758K29UN. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO help desk by emailing: support@contracts.mod.uk or Telephone. 0800 282 324.
GO Reference: GO-2016729-DCB-8552875.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Air Support, Flight Simulation and Synthetic Trainers Project Team (FSAST PT)
Bristol
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Programme Hades – Ministry of Defence
Supply of Radio Communications System
Supply Air Surveillance and Control System to MOD
Supply Radar Training System to MOD