Maritime Training Systems for MOD
Maritime Training Systems Through-Life Availability and Support Services (MARTASS).
United Kingdom-London: Training simulators
2016/S 148-269081
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Main Building, Whitehall
Contact point(s): Helen Farmer
For the attention of: Stuart Carr
SW1A 2HB London
United Kingdom
Telephone: +44 3067933600
E-mail: DESShipsComrcl-MCS-2cTrgSvs@mod.uk
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: Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Birch 1B #3133, NH3 DE&S Abbeywood, Stoke Gifford
Contact point(s): Helen Farmer
BS34 8JH Bristol
United Kingdom
Telephone: +44 3067933600
E-mail: DESShipsComrcl-MCS-2cTrgSvs@mod.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Birch 1b #3133, NH3 DE&S Abbey Wood, Stoke Gifford
Contact point(s): Helen Farmer
BS34 8JH Bristol
United Kingdom
Telephone: +44 3067933600
E-mail: DESShipsComrcl-MCS-2cTrgSvs@mod.uk
Tenders or requests to participate must be sent to: Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Birch 1b #3133, NH3 DE&S Abbey Wood, Stoke Gifford
Contact point(s): Helen Farmer
BS34 8JH Bristol
United Kingdom
Telephone: +44 3067933600
E-mail: DESShipsComrcl-MCS-2cTrgSvs@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 3: Defence services, military defence services and civil defence services
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 7
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 31 400 000 GBP
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
34152000 – FB01, 80500000 – FB01, 80640000 – FB01
II.1.7)Information about subcontracting
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
1. HMS Collingwood, Fareham: Fleetwork Procedural Trainer — currently supported by Serco Ltd, Close Range Weapons Trainer (CRWT) — currently supported by Qinetiq Ltd;
2. HMS Raleigh, Torpoint: RNSMS All Purpose Open System Training Learning Environment (APOSTLE) — currently supported by Serco Ltd, Damage Repair Instruction Unit (DRIU) — currently supported by Babcock Marine (Devonport) Ltd;
3. HMS Sultan, Gosport: T23, MCMV (HUNT), SRMH (Sandown) Machinery Control And Surveillance (MCAS) Procedural Trainers, Teddington and D86 Maintainer Trainers, (Vanguard) Hover and Trim, Digital Depth, One Man Control/Autopilot Submarine Trainers — currently supported by Serco Ltd;
4. HMS Excellent, Whale Island, Portsmouth: Chemical, Biological, Radiation and Nuclear (CBRN) Procedural Trainers: Boadicea currently supported by BAES (beyond 1st-line) and Protection Training Unit (PTU), Damage Repair Instruction Unit — currently supported by Babcock, T45 NBCD Comms. System — currently supported by Serco Ltd;
5. HMS Heron, RNAS Yeovilton: Fighter Controller and Helicopter Controller (FCT/HCT) Trainers — currently supported by Babcock Aerospace Ltd;
6. HMS Seahawk, RNAS Culdrose: Flight Deck Officer/Controller (FDC/FDO) Trainer — currently supported by Systems Engineering and Assessment Ltd;
7. Britannia Royal Naval College, Dartmouth: Bridge Trainer — currently unsupported (OEM — TRANSAS).
Future training requirements may also fall within scope of this contract. These may include, but are not limited to:
1. Provision and support to Queen Elizabeth Class, T26 and future Platforms;
2. Training Needs Analysis (TNA) for new capabilities and equipment;
3. Support to establishing training requirements;
4. Other training systems/services;
5. Additional tasking as required.
Estimated value excluding VAT: 31 400 000 GBP
II.2.2)Information about options
Description of these options: It is anticipated that the support contract will be for awarded in July 2017 for a period of 5 years with options to extend for an additional 2 years.
Section III: Legal, economic, financial and technical information
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.2.3)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:
(a) In the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator’s technical ability, taking into account in particular that economic operator’s skills, efficiency, experience and reliability;
(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;
(e) A statement of the economic operator’s: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property;
(j) A description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;
(l) Certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority;
(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;
(n) A certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification.
Information will be evaluated as part of the Pre-Qualification Questionnaire.
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: Information can be found in the Pre-Qualification questionnaire. The 6 highest scoring candidates shall be taken forward to the tender phase.
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
Prior information notice
Notice number in the OJEU: 2016/S 067-117670 of 6.4.2016
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.2)Information about European Union funds
VI.3)Additional information:
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: https://www.contracts.mod.uk/delta 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: 4MVACX299M. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 31.8.2016, 12:00. Please ensure that you allow yourself plenty of time when responding to this invite 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 call. 0800 282 324.
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.
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-2016729-DCB-8553391.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Birch 1B #3133, NH3 DE&S Abbey Wood, Stoke Gifford
BS34 8JH Bristol
United Kingdom
E-mail: DESShipsComrcl-MCS-2cTrgSvs@mod.uk
Telephone: +44 3067933600
Internet address: https://www.gov.uk/government/organisations/defence-equipment-and-support
Body responsible for mediation procedures
Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Birch 1B #3133, NH3 DE&S Abbey Wood, Stoke Gifford
BS34 8JH Bristol
United Kingdom
E-mail: DESShipsComrcl-MCS-2cTrgSvs@mod.uk
Telephone: +44 3067933600
Internet address: https://www.gov.uk/government/organisations/defence-equipment-and-support
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Birch 1B #3133, NH3 DE&S Abbey Wood, Stoke Gifford
BS34 8JH Bristol
United Kingdom
E-mail: DESShipsComrcl-MCS-2cTrgSvs@mod.uk
Telephone: +44 3067933600
Internet address: https://www.gov.uk/government/organisations/defence-equipment-and-support
VI.5)Date of dispatch of this notice:
Related Posts
Flight Simulation Training Systems for MOD
Programme Hades – Ministry of Defence
Supply of Radio Communications System
Supply Air Surveillance and Control System to MOD