CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 165-340931/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU

Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, ISTAR, Air Defence and Air Traffic Systems (ADATS) Delivery Team
Rm C16 Bldg 85, RAF Henlow
Henlow
Postal code: SG16 6DN
United Kingdom
Contact points(s): G S Smith
Email: DESADEWS-COMRCL1@mod.uk
Internet Address(es):
General address of the contracting authority: www.bipsolutions.com
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:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: Industrial Support and Post Design Services for the J-Band Emitter Threat Simulator (JETS) and Infra-Red Trainer (IRT).
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Cumbria.
Nuts code: UKD1
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:Electronic warfare systems and counter measures. RAF Spadeadam currently fields a number of Threat Systems and Enablers that are used to develop aircrew tactics and countermeasures against representative Radio Frequency (RF), Ultra Violet (UV) and Infra-Red (IR) Surface to Air (SA) systems. These are a combination of Real, Emulated and Simulated systems that are used for air defence by countries around the world; they are invaluable in training aircrews and testing aircraft systems against the likely threats they may face in combat.As a part of the suite of threat systems, RAF Spadeadam uses 2 systems since 2000 for the tactical training of aircrews against a range of simulated Air Defence (AD) systems. These systems are:J Band Emitter Threat System (JETS) and the Infra-Red Trainer (IRT).There is a requirement for a Support Contract to cover the above. Further details of the type of support required are detailed later in this advert.
II.1.6) Common procurement vocabulary (CPV): 35730000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:

II.1.9) Information about variants:
Variants will be accepted:
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
RAF Spadeadam currently fields a number of Threat Systems and Enablers that are used to develop aircrew tactics and countermeasures against representative Radio Frequency (RF), Ultra Violet (UV) and Infra-Red (IR) Surface to Air (SA) systems. These are a combination of Real, Emulated and Simulated systems that are used for air defence by countries around the world; they are invaluable in training aircrews and testing aircraft systems against the likely threats they may face in combat.
As a part of the suite of threat systems, RAF Spadeadam uses 2 systems since 2000 for the tactical training of aircrews against a range of simulated Air Defence (AD) systems. These systems include the following:
J Band Emitter Threat System (JETS): This system is mounted on a Land Rover base and is used to simulate Anti-Aircraft Artillery (AAA) and the SA 8 short range Russian AD systems. These systems are highly mobile and deployable and as such are in almost constant use at RAF Spadeadam and in support of NATO exercises in Europe and in the Middle East. RAF Spadeadam currently deploys 2 of these systems operated by contracted staff as part of a multi-activity contract. These systems were developed and built by Petards Joyce Loebl under contract with the MoD. Level 1 and 2 maintenance is conducted by contractor support operated by RAF Spadeadam. Depth servicing, repairs and depth maintenance are provided by 4th Line contracted support.
Infra-Red Trainer (IRT): This system is a self-contained, shoulder operated simulator that provides the training experience of a SA 7 AD system. This system is widely and frequently used by the rotary wing community to test helicopter tactical countermeasures. There are 2 systems in operation that were designed and built by Petards Joyce-Loebl. There is no maintenance at level 1 or 2 on this system; any work is completed under 4th Line contracted support.
Technical Requirement
Replace the carrier platform for the 2 JETS. The current platforms (Land Rover Defender) need to be replaced. Potential options for platform configuration will be invited from industry but they will be expected to include trailer, modular (ISO) or integrated solutions.
Replace the ageing IRTs with a more technically sustainable and operationally relevant solution. Introduce some form of data logging and recording capability to enhance the feedback to aircrew. There are a number of commercial off the shelf (COTS) systems available on the market and the competitive tender process will be expected to deliver the best solution.
Contractual Requirement
The future support contract will be 4th line maintenance, repair and sustainment in nature. The following elements will be included in the contract’s Statement of Work:
a. Provide a solution for the rehousing of JETS on to a new carrier platform in line with the user requirement. The solution will include the provision of spares, technical publications and user/maintainer training.
b. Provide a costed technical option to replace the current JETS RF transmitter with a service provided transmitter that will simulate a double digit RF threat.
c. Provide a solution for the replacement of two Infra-Red trainers that meet the user requirement including the provision of spares, technical publications and user/maintainer training.
d. Provide a task based survey, repair and annual maintenance service for the current JETS and IRT operated at RAF Spadeadam. This support will be sustained until the rehousing of these systems onto a new carrier platform.
e. Provide a task based on site survey, diagnostic and repair service for JETS and IRT operated at RAF Spadeadam. This support will be sustained until the rehousing of these systems onto a new carrier platform.
f. Provide task based technical advice to mitigate system obsolescence including identifying the requirement for timely technological inserts and hardware/software enhancements to meet changing operational requirements.
No Business whatsoever is guaranteed under any resulting contract, indeed there is no guarantee that any contract will be in place in relation to this notice. No compensation etc. will be paid if a tender is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
Estimated value excluding VAT:
895 000 GBP
II.2.2) Information about options:
Options: no
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
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
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

III.2.2) Economic and financial ability

Minimum level(s) of standards possibly required:
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Minimum level(s) of standards possibly required:
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number: 2 and maximum number 6
Objective criteria for choosing the limited number of candidates:
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 www.contracts.mod.uk You must register on site to respond, if you are already registered you will not need to register again, simply use the existing username and password. Please note there is a password reminder link on the homepage. Suppliers must login, go the the Response Manager and add the following Access Code: Q686VA87P2Please ensure you follow any instructions provided to you.The deadline for submitting your response(s) is 6.10.2017 23:55. Please ensure 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.ukInterested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.The Authority will use the PQQ response to create a shortlist of tenders who:(1) are eligible to participate under Secion III.2.1) of this Contract Notice;(2) fulfil any minimum standards under sections III.2.2) and III.2.3) of this Contract Notice; and(3) best meet in terms of capacity and capability the section criteria set out Sections III.2.2) and III.2.3) of this Contract Notice.Full details of the method of choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
ADEWS/013
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
30.09.2017 – 23:55
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
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. 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.
Electronic Trading
Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at

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-2017829-DCB-10918082.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, ISTAR, Air Defence and Electronic Warfare Systems
ADEWS Commercial, Room C16 Building 85, RAF Henlow
Henlow
Postal code: SG16 6DN
United Kingdom
VI.5) Date of dispatch of this notice:
29.08.2017


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 8, 2024

Supply Chain Notice: WC1133367 - (CY) Demolition Works CIDP23

Type of document: Contract Notice Country: United Kingdom 1. Title: Supply Chain Notice: WC1133367 – (CY) Demolition Works CIDP23 2. Awarding Authority: Ministry

May 8, 2024

SDA Submarine Disposal Capability - Early Market Engagement - RFI - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: SDA Submarine Disposal Capability – Early Market Engagement – RFI 2. Awarding Authority: Ministry