Tender

Provision of Tailgate Exit Trainer

  • Ministry of Defence, Defence Equipment & Support

F02: Contract notice

Notice identifier: 2023/S 000-003796

Procurement identifier (OCID): ocds-h6vhtk-037706

Published 7 February 2023, 7:12pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence, Defence Equipment & Support

Bristol

BS348JH

Contact

Thomas Macklin

Email

Thomas.Macklin100@mod.gov.uk

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-defence

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://contracts.mod.uk/esop/toolkit/notice/showNationalData.do?noticeId=1176981#fh

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/esop/toolkit/notice/showNationalData.do?noticeId=1176981#fh

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://contracts.mod.uk/go/1421547501862CE642BF

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Training and Simulation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Tailgate Exit Trainer

two.1.2) Main CPV code

  • 34741400 - Flight simulators

two.1.3) Type of contract

Supplies

two.1.4) Short description

Provision of Tailgate Exit Trainer equipment

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34152000 - Training simulators
  • 34741500 - Ground flying trainer

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

RAF Brize Norton

two.2.4) Description of the procurement

Provision of Tailgate Exit Trainer equipment.

The TET system will be used to train military paratroopers on the correct method of aircraft exit drills, when deploying from the rear of military aircraft. The TET will require a permanent ground-based facility to allow paratroopers to train repetitively on aircraft tailgate exit drills.

It is anticipated that the TET will include a safe and robust training environment to enable trainees to undertake repetitive tailgate exits that reflect the conditions experienced at the rear of military aircraft during live exits, namely, aircraft propeller blast and slipstream. The intention is for this to include the ability to conduct video review and analysis to support trainee feedback and assessment.

The Authority are open to the potential establishment of a system which incorporates Virtual Reality (VR) where it can be demonstrated that this meets the key requirement of providing a realistic experience in accordance with the contract requirements. The planned location for the TET System is RAF Brize Norton (subject to relevant siting board approval).

Anticipated Contract

The anticipated contract is expected to cover the design, development, installation and initial spares/maintenance support for the TET equipment. The anticipated duration of the contract is 5 years, which will cover the completion of all of these activities. The proposed contract will be based upon MOD Standard Terms (Standard Contract 2), with additional conditions appropriate to the contract requirements.

This is expected to include specific Key Performance Indicators (KPIs), social value measures, and a limitation of contractor’s liability. The anticipated contract value is between £3,000,000 and £4,000,000 and it is the Authority’s intention to agree a Firm Price for this contract. However, the Authority will also look to seek feedback from Contractors on the most economically viable method of pricing.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

PQQ Link - https://contracts.mod.uk/go/7209594401862C950BE0

Opportunity Listing Link - https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=51909

Contracts Finder Opportunity: https://contracts.mod.uk/esop/toolkit/notice/showNationalData.do?noticeId=1176981#fh

Contracts Finder External ID: 0df9202d-fca5-4a9e-9ccd-a3e639544d34

PIN Link: https://contracts.mod.uk/esop/toolkit/n


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

A Dynamic Pre-Qualification Questionnaire (DPQQ) will take place which will consider the conditions required for participation.

Full details of the opportunity, including a link to the DPQQ can be found at the link below to the Contracts Finder Opportunity:

https://contracts.mod.uk/esop/toolkit/notice/showNationalData.do?noticeId=1176981#fh

Contracts Finder External ID: 0df9202d-fca5-4a9e-9ccd-a3e639544d34

three.1.2) Economic and financial standing

List and brief description of selection criteria

A Dynamic Pre-Qualification Questionnaire (DPQQ) will take place to shortlist suitable suppliers. The selection criteria of the PQQ are set out within the documents attached to the PQQ within the Defence Sourcing Portal.

Full details of the opportunity, including a link to the DPQQ on the Defence Sourcing Portal can be found at the link below to the Contracts Finder Opportunity:

https://contracts.mod.uk/esop/toolkit/notice/showNationalData.do?noticeId=1176981#fh

Contracts Finder External ID: 0df9202d-fca5-4a9e-9ccd-a3e639544d34

three.1.3) Technical and professional ability

List and brief description of selection criteria

A Dynamic Pre-Qualification Questionnaire (DPQQ) will take place to shortlist suitable suppliers. The selection criteria of the PQQ are set out within the documents attached to the PQQ within the Defence Sourcing Portal.

Full details of the opportunity, including a link to the DPQQ on the Defence Sourcing Portal can be found at the link below to the Contracts Finder Opportunity:

https://contracts.mod.uk/esop/toolkit/notice/showNationalData.do?noticeId=1176981#fh

Contracts Finder External ID: 0df9202d-fca5-4a9e-9ccd-a3e639544d34


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-029455

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 March 2023

Local time

11:59pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Defence Equipment and Support, Ministry of Defence

Bristol

BS348JH

Country

United Kingdom