CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Ministry of Defence |
Defence Equipment and Support, Spruce 0b #1013, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
Hodgkinson Cara |
|
cara.hodgkinson101@mod.gov.uk |
|
https://des.mod.uk
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=54532
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityAvionics Systems and Procedural Trainer (ASPT) |
II.1.2)
|
Type of service contract3Main site or location of works, place of delivery or performance
United Kingdom UK |
II.1.3)
|
Information on framework agreement
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Defence Equipment and Support (DE&S) Special Projects Multi-Air Platforms (SPMAP) Project Team has a requirement for the procurement of 2 x classroom-based Avionics Systems and Procedural Trainers (ASPT) to assist aircrew personnel training. This requirement shall also include in-service support and maintenance for the duration of the Contract.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
80650000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
|
|
|
|
|
|
|
|
|
|
|
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThere is a requirement to provide a classroom-based Avionics Trainer that delivers graphical representation of the H135 T3H Aircraft avionics systems, at Helionix Avionics 3.1.1 software standard to assist aircrew personnel training. The requirement also includes the support and maintenance of the Trainers for the duration of the Contract.
Please Note: Delivery, and initialisation for use of the Avionics Systems and Procedural Trainer is required by 31 July 2023.
The Contractor will be required to:
1. Provide 2 x Avionics Systems and Procedural Trainers that replicate the functionality and symbology of the H135 T3H Aircraft System and representative displays of the cockpit configuration. This shall include replicating the latest Helionix Avionics Step 3 Suite (3.1.1.), with the ability to upgrade the Avionics Suite in the future if required and when instructed by the Authority.
2. Provide a Trainer that replicates normal aircraft operations and has the ability to introduce emergency scenarios that can be demonstrated within the bounds of the avionics system including audio and visual indication.
3. Provide a Trainer that allows the User to carry out: AC start and Stop procedures to give Aircrew familiarisation. Cockpit instrumentation familarisation of the H135 T3H aircraft. Procedural instrument flying and GPS Navigation serials to give aircrew familiarisation
4. Provide a train-the-trainer package to be delivered in conjunction with the system delivery ensuring trainers and course designers are fully competent with the use of the Avionic Trainers. This shall include the provision of training publications/materials. These shall be updated following any changes to the systems e.g. software upgrade or change to the system following an ad hoc task, along with the option for training to be repeated throughout the duration of the Contract.
5. Provide continued support and maintenance to the Training Systems to ensure their availability throughout the Contract. This support shall include, but not limited to technical support, software and hardware upgrades and updates when requested, fault finding and correction, repairs, replacement of components BER and like-for-like replacement of damaged items if and when requested by the Authority.
6. Provide a technical enquiry support and resolution service, giving advice/guidance and remote resolution of issues where appropriate.
7. Provide a set of publications to assist users of the equipment. This shall include information such as operational/user manuals, system documentation, technical information and a trouble shooting guide. These are to be maintained throughout the life of the contract.
8. Provide personnel that hold Baseline Personnel Security Standard (BPSS) and Counter Terrorist Check (CTC) Clearances prior to access onto site.
Estimated value excluding VAT:
£450,000
Please note: The Authority will not accept or respond to any clarification questions on the requirement at this stage. The Authority will accept and respond to generic clarification questions regarding the DPQQ and DSP process submitted before 12:00pm 22/08/22.
Interested companies are required to complete a Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the company’s capacities and capabilities against the selection criteria.
The Authority will use the DPQQ response to create a shortlist of tenderers who:
a) are eligible to participate;
b) fulfil any minimum economic, financial, professional and technical standards; and,
c) best meet in terms of capacity and capability the selection criteria set out below
The Pre-Qualification Questionnaire Selection Criteria can be found in the attached supporting documentation.
The closing date for submission of responses is 30/08/2022. Responses received after this closure date/time will be discounted.
The Authority shall pre-qualify the 5 highest scoring Potential Providers for the ITT stage. A minimum score of 10 (Satisfactory) shall be required for all scored and weighted questions, this shall be calculated as a minimum 10% weighting for inclusion in the ITT stage for this requirement. All remaining questions will be PASS/FAIL. An evaluation of a FAIL shall result in an unsuccessful result and you will not be included within the next stage of tendering for this requirement.
The Authority reserve the right to exclude a potential tenderer if the estimated contract value exceed 50% of the potential tenderers turn over. |
|
450000.0 GBP |
II.2.2)
|
Information about optionsThe Contract has an anticipated duration of Five (5) years with an additional 2x1 year Options from Contract Award. The final confirmed duration including any Contractual Option (s), and/or break points will be provided in the Invitation to Tender documentation. |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals
|
II.3)
|
Duration of the contract or limit for completion 30-12-2022 31-3-2030 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The Authority may require a Parent Company Guarantee at it's sole discretion.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
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.
|
III.1.5)
|
Information about security clearance
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content.
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content.
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
|
III.2.2)
|
Economic and financial standing
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
The Authority reserve the right to exclude a potential tenderer if the estimated contract value exceed 50% of the potential tenderers turn over.
|
III.2.3)
|
Technical and/or professional capacity
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
Potential tenderers will be scored in accordance with the criteria listed. The Authority shall pre-qualify the 5 highest scoring Potential Providers for the ITT stage.
A minimum score of 10 (Satisfactory) shall be required for all scored and weighted questions, this shall be calculated as a minimum 10% weighting for inclusion in the ITT stage for this requirement. All remaining questions will be PASS/FAIL. An evaluation of a FAIL shall result in an unsuccessful result and you will not be included within the next stage of tendering for this requirement.
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate5 |
|
Objective criteria for choosing the limited number of candidates
As Per "702986451A PQQ - Avionics Systems and Procedural Trainer (ASPT),” attachments: “Annex A – DPQQ Guidance and Evaluation Plan,” “Annex B – DPQQ Selection Criteria,” “Annex C – DPQQ Economic and Financial Standing Evaluation Criteria”
See PQQ - Potential Providers will be scored in accordance with the criteria listed and the 5 highest scoring Potential Providers will be invited to tender.
Where questions are scored and weighted the following criteria will apply:
0: No Response/ Poor Response - Response is limited, it lacks detail, credibility and/or explanation, and demonstrates only a basic understanding of the requirement. Partial responses provided, not linked to the key attributes of the questions — anecdotal in parts. The response provides limited evidence of processes, procedures, roles/responsibilities and professional competency etc. The answer contains ambiguities or deficiencies that may not be tolerated. Your inclusion in the final Tender assessment will not be included, as the minimum scoring required is 10 anything below this will be considered not compliant.
10: Satisfactory Response - Response demonstrates a satisfactory understanding of the requirement. The response outlines a level of professional competency. Response includes some key processes and procedures, linked to key attributes of the questions and demonstrates a reasonably acceptable approach that covers most areas, however, lacks depth and supporting evidence.
30: Good Response - Response is sufficiently detailed to demonstrate a good understanding of the requirement. Demonstrable approach that is clear and consistent. Processes and procedures are reasonably well explained and logical. Response is clear, verifiable and covers all key attributes of the question.
70: Very Good - Response demonstrates a strong understanding of the requirement. It provides specific details and clearly demonstrates professional competencies and works experience in relation to the question. Evidence provided to support a confidence in ability to deliver. The response identifies specific commendations/awards achieved in relation to the question being answered, that can be verified by the evaluation team.
100: Excellent Response - Response is comprehensive, unambiguous and demonstrates an excellent understanding of the requirement. Approach is detailed and includes robust and effective measures, with processes and procedures being clearly explained and perfectly logical. It provides specific details and clearly demonstrates professional competencies and relevant works experience in relation to the question. Clear and fully verifiable evidence provided that covers all attributes, providing high degree of confidence in ability to deliver. The response identifies specific commendations/awards achieved in relation to the question being answered, that can be verified by the evaluation team.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
SPMAP/041 (702986451A)
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for requests to participate 30-8-2022
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
Section VI: Complimentary Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community 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.
https://www.gov.uk/government/publications/government-security-classification
The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
The procurement has a security classification of Official Sensitive.
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Not Applicable (Reference - RAR-977771509).
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence |
Defence Equipment and Support, Special Projects Multi Air Platforms (SPMAP) Project Team, MOD Abbey Wood, Spruce 0b #1013 |
Bristol |
BS34 8JH |
UK |
Cara.Hodgkinson101@mod.gov.uk |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence |
Defence Equipment and Support, Special Projects Multi Air Platforms (SPMAP) Project Team, MOD Abbey Wood, Spruce 0b #1013 |
Bristol |
BS34 8JH |
UK |
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
30 Calendar days from the issue of this contract notice.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 27-7-2022 |