Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 204-497673/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence (MoD)
Cedar 2B, Mail Point #3260, MoD Abbey Wood, Filton
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Kate Pelechata
Phone: +44 3067982293
Email: Kate.Pelechata100@mod.gov.uk
Internet Address(es):
General address of the contracting authority: 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: Ministry of Defence (MoD)
Cedar 2B, Mail Point #3260, MoD Abbey Wood, Filton
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Kate Pelechata
Phone: +44 3001643636
Email: Kate.Pelechata100@mod.gov.uk
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: Interim Indirect Fires Simulation (IIDFS)
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: UNITED KINGDOM.
Nuts code:
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:Battle simulators. Military electronic systems. Training and simulation in military electronic systems. Interim IDFS will bring a capability into service from 2022 to support 105 mm light gun and 81 mm mortar training. The system shall produce a realistic simulated firing solution, fall of shot and effect within a simulated environment and be able to integrate with in-service simulation systems and based on open architecture and DmaSC compliance, ensure integration with potential future systems. An outline of the proposed requirement will be to demonstrate, implement and manage, over an initial period of 3 years followed by 7 x 1-year options (subject to change) a managed service capable of delivering more effective and better assured individual, trade and collective training. A change in the quantity of 81 mm mortar and/or 105 mm artillery equipments may or may not occur throughout the duration of the contract. In issuing this contract notice and engaging with the market, the authority is not committing to carrying out any procurement in relation to the requirements stated in this notice. If third parties are interested in engaging with the authority in relation to the requirements stated here, they must do so without sharing information that is protected by copyright or patents.
II.1.6) Common procurement vocabulary (CPV): 35740000, 35700000, 80660000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The Interim IDFS service will support exercises conducted at fixed training locations in the UK and concurrent deployability worldwide. The capability will be required to be used in all environments, geographically remote and austere locations (the service may be provided in a variety of environments and climates: extreme hot/dry, hot/dry, intermediate, wet/warm, wet/hot, humid/hot, coastal, desert, mild/cold, intermediate/cold, marine hot, marine intermediate) without the need for fixed infrastructure. The Interim IDFS capability intends to deliver qty 12 x 81mm mortar and 12 x 105 mm light gun training systems through a live, virtual, constructive (LVC) blended approach, which has use for individual, trade and collective training. After Action Reviews (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.
The authority reserves the right to withhold or extend the capability and/or add additional training needs in relation to the events, which may include but not be limited to:
• incremental increase in the number of training exercises;
• additional requirements to enable an event to be distributed over multiple locations;
• a reduction or increase in the quantity of systems to support 81 mm mortar and/or 105 mm light gun;
• contractual options for additional indirect fires assets to include but not be limited to Multi-Launched Rocket System (MLRS) and/or 155 mm Artillery, which if required shall be exercised at the authority’s discretion;
• increasing scope to other forms of training event and use in experimentation; and
• contractual options to extend the contract to 2033 which if required shall be exercised at the authority’s discretion.
Estimated value excluding VAT:
Range: between 15 000 000 and 50 000 000 GBP
II.2.2) Information about options:
Options: yes
Seven (7) option years in one (1) year increments, but the authority reserves the right to take option years together.
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) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
The authority reserves the right to ask for an Indemnity, guarantee or bank bond if the supplier does not meet the standard for economic and financial standing. A parent company guarantee may also be required dependent on the formation and financial standing of the contracting business.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The contract and services provided will be made against an agreed payment plan. Payments will follow successful delivery and acceptance of services. The end to end process for the aforementioned conditions shall be handled within the contracting, purchasing and finance (CP&F) system (The DE&S Procurement and Payments software). Financing and payment conditions shall be included in the ITN.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The authority shall require the group to form a wholly legal entity before entering into the contract.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 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 a Security Aspects Letter, the authority reserves the right to amend the terms of the Security Aspects Letter to reflect these changes in national law or government policy whether in respect of the applicable protective marking scheme, specific: protective markings given, the aspects of which any protective marking applies or otherwise.Candidates may be required to have the necessary Personal Security Clearances (PSCs) and may need to have access to facilities with security clearance (Facility Security Clearance ‘FSCs’) e.g. on the list X register in the UK. Candidates which do not yet hold security clearance may obtain such clearance prior to the anticipated contract award. This requirement will be detailed further in the ITN.The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is low, as defined in DEFSTAN 05-138 (Reference: RAR-V6E8X3XA). As the Assessment has been deemed as low, potential suppliers will need to verify their identity before they are able to complete a supplier assurance questionnaire (SAQ). This is a requirement which may take up to a week to complete before being able to access the SAQ.All suppliers must complete a SAQ, via the supplier cyber protection service, to demonstrate their level of compliance against the required Cyber Risk Level. The reference number is: RAR-V6E8X3XA.Tenderers must, as a minimum, have Cyber Essentials Plus and conform to the low DEFSTAN 05-138 controls.If the tenderer cannot meet the level of security controls required by the contract start date it does not mean an immediate fail. The tenderer should submit a Cyber Implementation Plan (CIP) as part of their tender submission detailing the steps they would take to meet the necessary controls, together with associated timescales, details of any equivalent standards they have, or reasons why they are unable to comply.For note, the requirement for compliance with the cyber security controls is being extended to apply throughout the Defence supply chain. Where the prime contractor intends to sub-contract any part of this requirement, they must assess the cyber risk for that subcontract and ensure their supply chain has the appropriate controls, or an agreed implementation plan, in place prior to subcontract award.Transfer of Undertakings Protection of Employees (TUPE) may apply.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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 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.2.2) Economic and financial ability
(a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance evidence of appropriate professional risk indemnity; at least 2 years certified audited accounts in statutory form, profit and loss account and balance sheet; statement of overall turnover to be provided with DPQQ. A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.
Minimum level(s) of standards possibly required: (a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance evidence of appropriate professional risk indemnity; at least 2 years certified audited accounts in statutory form, profit and loss account and balance sheet; statement of overall turnover to be provided with DPQQ. A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.The estimated average annual core contract value is approximately GBP 4.7 million, this does not include the invoking of options. If the estimated annual contract value is greater than 40 % of the supplier’s turnover, the authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the authority, evidence showing it has sufficient economic and financial capability; such evidence may include:1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and2) state whether the supplier is willing to provide the authority with an indemnity, guarantee or bank bond.A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.
III.2.3) Technical capacity
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;(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 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:— that person was not a contracting authority, and— the certificate referred to in subparagraph (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 3 years;(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 subparagraph (n)(i).This and any other information required for evaluation will be sought through the associated dynamic pre-qualification questionnaire (DPQQ).The main contractor will be required to provide evidence of it’s subcontractor’s ability to process, store and transmit classified information at UK Official.
Minimum level(s) of standards possibly required: The authority reserves the right under Article 21(5) of Directive 2009/81/EC to reject any subcontractor chosen by the main contractor at any stage of the contract award procedure or during performance of the contract if that subcontractor:1) requires access to classified information at UK Official; and2) fails to provide evidence to the satisfaction of the authority that it has the capability to protect that level of classified information in accordance with Article 42.1(j) of Directive 2009/81/EC.
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
Negotiated
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 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.The deadline for submitting your response(s) is 16 November 2020 at 12.00 noon. 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 (FAQs) or the user guides or contact the MoD DCO Helpdesk by emailing support@contracts.mod.ukInterested suppliers are required to complete the dynamic PQQ to provide information that allows the authority to evaluate the supplier’s capacities and capabilities 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 DPQQ response to create a shortlist of tenderers who:1) are eligible to participate under section 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; and3) best meet in terms of capacity and capability the selection criteria set out at sections III.2.2) and III.2.3) of this contract notice.Full details of the evaluation procedure for selecting the candidate tenderers to be invited to the ITN stage of the competition process will be set out in 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
TSSP/128
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU:2020/S 124-305322of30.06.2020
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
16.11.2020 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
31.03.2021
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
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.
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
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: 3F7QJBD7BN.
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 Helpdesk by emailing support@contracts.mod.uk or Telephone 0800282324.
Go reference: GO-20201015-DCB-17224465
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence (MoD)
Cedar 2B, Mail Point #3260, MoD Abbey Wood, Filton
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3001643636
Email: Kate.Pelechata100@mod.gov.uk
Body responsible for mediation procedures:
Ministry of Defence (MoD)
Cedar 2B, Mail Point #3260, MoD Abbey Wood, Filton
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3001643636
Email: Kate.Pelechata100@mod.gov.uk
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence (MoD)
Cedar 2B, Mail Point #3260, MoD Abbey Wood, Filton
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3001643636
Email: Kate.Pelechata100@mod.gov.uk
VI.5) Date of dispatch of this notice:
15.10.2020