Opportunity

ARMOUR Centre Support Contract (Project ARGONAUT)

  • Ministry of Defence

F17: Contract notice for contracts in the field of defence and security

Notice reference: 2021/S 000-005367

Published 16 March 2021, 10:56pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence

Army Commercial - HQ Land Warfare Centre, Bldg 95, Waterloo Lines, Imber Road,

Warminster

BA12 0DJ

Contact

Deborah Orchard

For the attention of

Orchard Deborah

Email(s)

Deborah.Orchard308@mod.gov.uk

Telephone

+44 3001512403

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

www.contracts.mod.uk

Further information

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)

one.3) Main activity

Defence

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

ARMOUR Centre Support Contract (Project ARGONAUT)

two.1.2) Type of contract and location of works, place of delivery or of performance

Services

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

Bovington and Lulwoth, Dorset, United Kingdom

NUTS code

  • UK - UNITED KINGDOM
  • UKK15 - Wiltshire CC

two.1.5) Short description of the contract or purchase(s)

The ARMOUR Centre Support Contract will deliver an effective and efficient training and support service solution to the ARMOUR Centre located at Bovington and Lulworth. This requirement will encompass delivery of training, maintenance and support services required to enable the outputs pertinent to Defence’s reference point for Mounted Close Combat, specialist Dismounted and tactical Communication Information Services, currently provided under an existing contract TMASS2 and new services to address and meet planned and future emerging needs.

The services to be delivered are detailed below (see Statement of Requirement (SOR) for further information:

a. Provide teaching and instructional services:

b. Design, develop and update training packages.

c. Provision of stores delivery and accounting services including an Arms store, fuel point and all transport related services.

d. Management and operation of an Ammunition Compound.

e. Delivery of Physical Training Instruction.

f. Level 1 Maintenance of Armoured Vehicles (basic maintenance, to include but not limited to screen wash replacement, tyre changes, etc ) and provision of qualified drivers for the same vehicles.

The following anticipated new services may be incorporated into the start or future contract timeline ((dependent on Defence Equipment and Support (DE&S) platform programme activity)):

a. Provide instruction on the new Ajax family of vehicles.

b. Provide instruction on the new Mechanised Infantry Vehicle (MIV).

c. Provide instruction on the new variation of Warrior vehicle post capability enhancement programme.

d. Provide instruction on the new (enhanced) Challenger 2 vehicles.

two.1.6) Common procurement vocabulary (CPV)

  • 80000000 - Education and training services

Additional CPV code(s)

  • 80510000 - Specialist training services
  • 80630000 - Training and simulation in military vehicles
  • 92610000 - Sports facilities operation services

two.1.7) Information about subcontracting

The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed

The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract

two.1.8) Lots

This contract is divided into lots: No

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

The contract is for a period of 7 years. There are no planned options beyond this period

Estimated value excluding VAT:

Range: between £50,000,000 and £90,000,000

two.2.2) Information about options

Options: No

two.2.3) Information about renewals

This contract is subject to renewal: No

two.3) Duration of the contract or time limit for completion

Duration in months: 84 (from the award of the contract)


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

A Parent Company Guarantee and/or Performance Bond in a form to be provided by the MoD may be required. Details will be included in the Tender Documentation, if applicable.

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Potential Providers must note the mandatory requirement for electronic trading using the Contracting, Purchasing & Finance (CP&F) electronic trading tool. All payments for deliverables under the contract shall only be made via CP&F. Details can be found at

http://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-systems

three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

In the event of a group provider submitting an acceptable offer, the MoD reserves the right to require the group of bidders to take a legal form or require one bidder to take Prime Contractor responsibility or to require that each member of the group undertakes joint and severable liability for the performance of the agreement and any call-off made under it.

three.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

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

three.2) Conditions for participation

three.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: 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 (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 these 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.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: As per above.

three.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: Information 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 two 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.

As specified in the pre-qualification questionnaire document.

Minimum level(s) of standards possibly required: See Annex B of the DPQQ Guidance Document attached.

Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: As per above

three.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: 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 statement of the principal goods sold or services provided by the supplier or the services provider in the past three years, past five years for project specific questions.

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 (b)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;

(c) 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;

(d) 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;

(e) 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;

Minimum level(s) of standards possibly required: See Annex B of the DPQQ Guidance Document attached.

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: As above

Minimum level(s) of standards possibly required: See Annex B of the DPQQ Guidance Document attached.

three.3) Conditions specific to services contracts

three.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: No


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Negotiated

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged minimum number

Objective criteria for choosing the limited number of candidates: The Authority intends to restrict the number of tenderers to a maximum of four. The Authority will assess the suitability of potential providers to be invited to tender using the Pre-Qualification Questionnaire (PQQ) that interested providers must complete to be considered. The PQQ will be assessed and, if necessary, the number of potential providers reduced to a maximum of four, using the following assessment criteria, all of which must be met.

1. Potential providers must score a "PASS" against all questions throughout the questionnaire that are scored as "PASS/FAIL".

2. Potential providers must demonstrate satisfactory (PASS) evidence against questions SQ-6.1 to 6.3 (serial numbers 1.11.1 to 1.11.13) in Part 1 Form E - Technical and Professional Ability.

3. Potential providers must achieve a minimum pass mark of 55% in questions DPQQ-6.2.1 to 6.2.10 (serial numbers 2.1.1 to 2.1.10) in Part 2 Form F - Project Questions.

In the event that more than four suppliers meet all the criteria specified in the DPQQ and achieve the technical pass mark, the Authority will only invite to tender the top four technical scoring providers. Suppliers will be ranked using the total weighted score allocated against the scored questions in Part 2 Form F. If there are a number of providers with the same technical score the Authority reserves the right to invite more than the maximum number of four suppliers.

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

701434377

four.3.2) Previous publication(s) concerning the same contract

no

four.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Payable documents: no

four.3.4) Time limit for receipt of tenders or requests to participate

29 April 2021 - 12:00pm

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

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

six.3) Additional information

OPPORTUNITY - 701434377-PQQ

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 intends to invite no more than 4 Economic Operators to tender for this requirement and will therefore conduct a pre-qualification exercise to assist in any down select. Only those Economic Operators who can demonstrate a sufficient level of economic and financial standing and technical or professional ability against the Authority's pre-qualification criteria may be invited to tender. Should more than 4 (or fewer than 4) Economic Operators fulfil the selection criteria, the Authority reserves the right to conduct a further down selection. Full details on how to access the 'Dynamic' Pre-Qualification Questionnaire linked to this advert are contained in the final two paragraphs below. The Authority reserves the right to seek independent financial and market advice to validate information declared, or to assist in any pre-qualification evaluation.

A Cyber Risk Assessment has been carried out for this requirement. The risk has been assessed as MODERATE, and the reference number is RAR-PWX78Y2B. Potential suppliers should log on at the address below and complete a Supplier Assurance Questionnaire (SAQ), the results of which must be submitted along with the bidder's tender response.

https://supplier-cyber-protection.service.gov.uk

DOWN SELECT PROCESS

Detailed in the DPQQ Guidance Document included in the supporting documentation.

Bidders should note that any draft ITN documents included in the supporting documentation are for information purposes ONLY, at this stage.

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 http://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.

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 accessed the DSP 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 (FAQs) or the User Guides or contact the MOD DSP Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

ARMY Commercial

six.4.1) Body responsible for mediation procedures

Army Commercial

six.4.3) Service from which information about the lodging of appeals may be obtained

ARMY Commercial