Typhoon Future Synthetic Training Contract
The Authority has a requirement for the development, installation and support of a synthetic training capability for Typhoon aircrew.
United Kingdom-Bristol: Flight simulators
2016/S 171-308491
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Combat Air, Fast Air Support Team (FAST)
MOD Abbey Wood, #1128, Walnut 1a
BS34 8JH Bristol
United Kingdom
Telephone: +44 3067935781
E-mail: DESFAST-Comrcl1b1@mod.uk
Internet address(es):
General address of the contracting authority/entity: https://www.contracts.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 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, Inverness and Nairn and Moray, Badenoch and Strathspey.
NUTS code UKF30,UKM62
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
34741400
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:
The Authority is seeking to capitalise on the investment made in synthetic training and hence TFST shall be required to demonstrate the maximum re-use of software and, if practical, hardware solutions developed for other synthetic training capabilities and for any elements designed and developed for TFST, to be supplied free of restrictions for re-use in any other synthetic training capability utilised by the Authority.
TFST is required to support the various tranches of the Typhoon aircraft at the associated build and operational capability standards, provide training interoperability between those build and capability standards and is to maintain concurrency with the operational standards for each tranche as they are enhanced throughout the operational life of the aircraft.
The Authority is collating a pack of the relevant Typhoon aircraft and simulator data that will accompany the Invitation to Negotiate. The Authority acknowledges the potential to clarify the content of the pack with potential tenderers but will reserve the right to alter the timing of any data issued to a potential tenderer as required.
Estimated value excluding VAT: 270 000 000 GBP
II.2.2)Information about options
Description of these options: The commercial construct will be a single contract at award for the TFST requirement as a whole with initial annexes at for Design, Manufacture, Installation and Construction/Modification of buildings for a period of 5 years. Upon the planned assumption for service entry (PASE) an in Service Support (ISS) Annex for a five year period with 2 further option years will be initiated.
Provisional timetable for recourse to these options:
in months: 84 (from the award of the contract)
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.1.5)Information about security clearance:
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.
Suppliers will be required to complete a Statement of Good Standing as part of the Pre Qualification Questionnaire.
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 three 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.
Criteria with regards to Economic and Financial standing of suppliers will be formally assessed as part of the Dynamic Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required: The estimated annual contract value is between GBP 50 000 000 (Fifty Million Pounds) to GBP 120 000 000 (One Hundred and Twenty Million Pounds). If the estimated contract value is greater than 25 % of the suppliers’ annual turnover, The Authority reserves the right to seek further information from the supplier and where necessary exclude the supplier from being invited to tender except where the supplier provides to the Authority, evidence showing it has sufficient economic and financial capability;
(1) Provide any additional information showing it has sufficient economic and financial resources to deliver the requirement; and
(2) State whether the Potential Provider is willing to provide the Authority with a bank guarantee or parent company guarantee or other guarantees of performance.
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
(b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i)the value of the consideration received; (ii)when and where the work or works were carried out; and (iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed
(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where – (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided
(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
(f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator’s study and research facilities and quality control measures
(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator’s educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator’s managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract
(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract
(i) a statement of the services provider’s or contractor’s average annual number of staff and managerial staff over the previous three years
(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
(k) any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs
(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
(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i)
Criteria regarding the technical and/or professional ability of economic operators will be sought via a scored set of questions within the Dynamic Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required
Criteria regarding the technical and/or professional ability of economic operators will be sought via a scored set of questions within the Dynamic Pre Qualification Questionnaire.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
Criteria regarding the technical and/or professional ability of economic operators will be sought via a scored set of questions within the Dynamic Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required
Criteria regarding the technical and/or professional ability of economic operators will be sought via a scored set of questions within the Dynamic Pre Qualification Questionnaire.
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: 1. The PQQ questions have mandatory sections covering Selection Criteria relating to a potential contractors Economic and Financial Standing and a section for assessment of the contractor’s professional and technical knowledge. The technical have been generated to reflect the specific issues related to the TFST project and are enclosed within the Dynamic Pre-Qualification Questionnaire.
2. The Economic and Financial Standing questions will be evaluated on a Pass/Fail criteria.
3. All technical questions will be subject to quantitative scoring against a set of criteria that has been established to direct the assessment in a consistent manner.
4. The questions seek to evaluate the Management Systems and specific Synthetic Training System experience of a potential supplier. Each criterion has an associated score ranging from 0 to 5 (although not all categories are utilised). Where a contractor has submitted multiple responses to a particular question, the example with the highest score will be the one taken forward and form part of the total score for that contractor’s submission. Failure of a contractor to answer a particular question will automatically cause that response to be scored at zero marks. A zero score against some of the questions is deemed to be such a significant shortfall in the response that the complete response will be considered to have failed and will not be assessed further.
5. As not all questions are considered to have the same level of importance, a weighting factor has been applied to each with a possible range of weights from 1 to 64 but not all of these weights have been utilised. The weights have been determined by assessing each question in each of 3 categories covering Impact (how important is the capability), Distinctiveness (how generally available is the capability) and Immediacy (when is the capability available from contractor). The weighting criteria and the assessment of the weights to be applied to the TFST PQQ are detailed within the Dynamic Pre-Qualification Questionnaire.
6. The down selection for potential suppliers which will be issued with an invitation to tender is as per the scoring system below. The Authority reserves the right to moderate the pass marks to achieve the minimum number of down selected potential suppliers.
DPQQ Down-Selection Process:
The top 3 to 5 scored DPQQ responses which satisfy the following mandatory criteria,
Question with an Impact Weighting of Vital: Must have scored either 4 or 5
Question with an Contractor Capability Weighting of Immediate: Must have scored either 4 or 5
Question with a Fail caveat: No zero scores.
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:
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available atwww.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. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin andwww.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 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: S8J7UU4Z82. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 3.10.2016, 15:00. 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 Helpdesk by emailing — support@contracts.mod.uk or call 0800 282 324. GO Reference: GO-201691-DCB-8721491.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Combat Air, Fast Air Support Team (FAST)
Bristol
United Kingdom
VI.5)Date of dispatch of this notice: