Provide Unit Based Virtual Training for Ministry of Defence
Training and simulation in security equipment. Training and simulation in firearms and ammunition.
United Kingdom-Bristol: Training and simulation in security equipment
2015/S 240-436191
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Land Equipment, Soldier Training and Special Programmes
STSP — Training and Simulation Systems Programme DE&S, Elm 3a, # 4324, MoD Abbeywood
Contact point(s): Commercial Manager
For the attention of: David Sealey
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 1179137132
E-mail: deslestsp-tssp-comrcl1@mod.uk
Internet address(es):
General address of the contracting authority/entity: www.mod.uk
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)
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
NUTS code UK
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
80610000, 80620000, 80630000, 80640000, 80660000
II.1.7)Information about subcontracting
The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Unit Based Virtual Training (UBVT) is to provide teams and junior commanders with a simple, effective computer-based training environment that enables them to carry out tactics, techniques and procedures (TTPs) and command and control (C2), patrolling, counter-IED, ISTAR management and exploitation and mission planning training in a realistic virtual environment.
An outline of the proposed requirement will be to demonstrate, implement and ultimately manage, over a period of up to 5 years, a managed service capable of delivering individual, platoon to company level (or Service/Arm equivalent) collective training across the UK and abroad.
It will support a range of environments, equipment and missions types by being flexible in its scenario generation and content integration, exploiting MOD corporate simulation data where practicable.
UBVT will contribute to the preparation of Land Environment (LE) Force Elements (FEs) Force Preparation through provision of exercise design which will provide specific unit exercise scenarios that are pre scripted and reflect the Collective Training Objectives (CTOs) for each Service/Arm.
The UBVT capability will provide exercises at unit locations, or agreed alternatives, through the provision of training delivery of virtual simulated training utilising CTO and Commanding Officers direction of an anticipated minimum of 48 x10-day virtual exercises.
After Action Review (AAR) will provide the facility to deliver a debrief to the training audiences, which will be presented by the unit chain of command with support from the service provider.
Estimated value excluding VAT:
Range: between 1 and 10 000 000 GBP
II.2.2)Information about options
Description of these options: There will be two optional 1 year contract extensions after the initial 3-year duration has expired.
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:
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 (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.
III.3.1)Information about a particular profession
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: Following the receipt of responses, scores will be assigned against the criteria given for each question and weighted according to the figures provided. Each response will be assigned a final score in the form of a percentage and Economic Operator’s will be ranked in score order.
Any Economic Operator scoring less than 68 % will be considered non-compliant and automatically ruled out of any further participation in this competition process. Scores of 68 % or higher are considered compliant. In the event that the Authority receives more than two but no more than six compliant responses, all compliant Potential Providers will be invited to the next stage of the competition. In the event that the Authority receives more than six complaint bids, the six highest ranking bids will be selected and invited to the next stage of the competition.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
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: 2014/S 176-311626 of 13.9.2014
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, and the contract will be awarded on the basis of the most economically advantageous tender. 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: 9QU464JJ7V
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 +44 800282324.
GO Reference: GO-2015128-DCB-7430705
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Land Equipment, Soldier Training and Special Programmes
STSP — Training and Simulation Systems Programme DE&S, Elm 3a, #4324, MoD Abbeywood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: deslestsp-tssp-comrcl1@mod.uk
Telephone: +44 1179137132
Internet address: www.mod.uk
Body responsible for mediation procedures
Ministry of Defence, Land Equipment, Soldier Training and Special Programmes
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Land Equipment, Soldier Training and Special Programmes
VI.5)Date of dispatch of this notice: