Training Simulators Royal Navy
Provision and Support of Submarine Escape, Rescue, Abandonment and Survival (Smeras) Training Capability. SMERAS Training facility for the Royal Navy.
UK-Bristol: training simulators
2012/S 64-104297
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Maritime Combat Systems, DE&S
MOD Abbey Wood #3133 Birch 1c
Contact point(s): MCS 2c
For the attention of: William Kirkpatrick
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 1179133457
E-mail: william.kirkpatrick132@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)
Section II: Object of the contract
Service category No 27: Other services
NUTS code UKM31
34152000
The scope of this contract will include:
— design and provision of a new training capability hardware/software and lesson design in consultation with Subject Matter Experts (SMEs),
— provision of infrastructure facilities that may be required to provide the training,
— provision of an infrastructure facility to house the training capability,
— classroom design, provision of furniture and classroom conversion/fitting-out,
— training facility design for experiential training,
— possible on-site support and management for the above.
Estimated value excluding VAT:
Range: between 5 000 000 and 10 000 000 GBP
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at http://project.contracts.mod.uk/businessExchange/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. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(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) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Minimum level(s) of standards possibly required:
A BS EN ISO 9001:2008 3rd Party UKAS Accredited/recognised Certification with an appropriate scope of supply to meet the requirement, covering Design, Development (including Software) and Production.
Any infrastructure solution should incorporate best current practice and standards adopted within the UK construction industry and comply with all relevant British Standards, legislation and regulations as appropriate.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Potentially suitable candidates may be invited to complete a pre-qualification questionnaire prior to consideration for future invitations to tender. Selection of suitable suplliers will be based on assessment of capabilities and experience. Companies that wish to be considered as Prime Contractors for such work should register and interest in writing to the issuing branch by 18.5.2012. Expressions of Interest should be accompanies by supporting information to demonstrate relevant capabilities and experience necessary to undertake such work.
Payable documents: no
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-2012327-DCB-3812637.
Maritime Combat Systems, DE&S
Body responsible for mediation procedures
Maritime Combat Systems, DE&S
Maritime Combat Systems, DE&S
VI.5)Date of dispatch of this notice:27.3.2012