Opportunity

Roundless Tactical Engagement Simulation (RTES)

  • Ministry of Defence

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

Notice reference: 2021/S 000-007473

Published 9 April 2021, 10:55pm



Section one: Contracting authority/entity

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

Ministry of Defence

Stoke Gifford

Bristol

BS34 8JH

For the attention of

Buxton Bethany

Email(s)

Bethany.Buxton101@mod.gov.uk

Country

United Kingdom

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

Roundless Tactical Engagement Simulation (RTES)

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

Supplies

Purchase

NUTS code

  • UKK11 - Bristol, City of

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:

Range: between £6,800,000 and £79,200,000

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

The Training & Simulation System Programme (TSSP) team, part of Defence Equipment & Support (DE&S) within the UK Ministry of Defence (MoD), is considering the potential procurement of a requirement for the provision of a Roundless Tactical Engagement System (RTES). RTES will enhance the delivery of Battlecraft Syllabus (BCS) training through the realistic representation of personal weapon operation and effects, increased ability for Force Elements to access measurement and evaluation systems, and a reduced dependency on blank ammunition and training estate resources. RTES will bring a capability into service from 2022.

Should, following completion of the Dynamic Pre-qualification Questionnaire exercise, the MoD wish to take forward the potential requirement then it will be expected that the preferred supplier would be able to implement and maintain a solution over a period of up to ten (10) years consisting of an initial five (5) year contract duration for the equipment delivery and Contractor Logistic Support (CLS), and a further five (5) x one (1) year contract options. The Authority reserves the right to change and take the option years as a combination, or as one (1) year increments.

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.

RTES is an innovative solution which forms part of the Collective Training Transformation Portfolio (CTTP). There may be a potential for the RTES contract to transfer to a 'Managing Agent' during the life of the contract.

two.1.6) Common procurement vocabulary (CPV)

  • 34152000 - Training simulators

Additional CPV code(s)

  • 34152000 - Training simulators
  • 35700000 - Military electronic systems

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

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 RTES requirement will support training exercises conducted at training locations initially in the UK, with potential for deployment overseas. The capability is intended for use as widely as possible (the service may be provided in a variety of environments and climates) without the need for fixed infrastructure. The RTES capability initially intends to deliver equipment units of a training system (quantity to be determined) through live instrumented training. The RTES system will require After Action Review capability which is anticipated to be delivered by the user. A change in the quantity of RTES equipment may or may not occur throughout the duration of the Contract.

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;

• Additional requirements to enable an increased scope of weapon types.

• A reduction or increase in the quantity of RTES systems

• Additional requirements to enable the RTES system to be deployed to worldwide locations.

• Increasing scope to other forms of training event and use in experimentation; and

• Contractual options to extend the contract, which if required shall be exercised at the Authority's discretion .

Estimated value excluding VAT:

Range: between £6,800,000 and £79,200,000

two.2.2) Information about options

Options: Yes

Description of these options: This contract shall be over a period of up to ten (10) years consisting of an initial five (5) year contract duration for the equipment delivery and Contractor Logistic Support (CLS), and a further five (5) x one (1)-year contract options. The Authority reserves the right to change and take the option years as a combination, or as one (1) year increments.

Please note that currently the Authority anticipates the estimated value of the initial 5-year contract duration will be approx. £6,800,000 (Ex VAT) . The value range advertised within this contract notice is for the full duration of this contract including all potential options and the Authority anticipates that this will be between £6,800,000 and £79,200,000 (Ex VAT ) (subject to change).

The Authority is under no obligation to exercise the right to the options if it deems inappropriate to do so.


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.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.

three.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 afore mentioned conditions shall be handled within the CP&F system (The DE&S Procurement and Payments software). Financing and payment conditions shall be included in the ITN.

three.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.

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 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 “FSC’s”) 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 at ITN.

The Cyber Risk Assessment for the procurement is VERY LOW, as defined in DEFSTAN 05-138.

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference – RAR-Q86X7NJM). As the Assessment has been deemed as Very Low potential suppliers will need to verify their identity before they are able to complete an 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-Q86X7NJM

Tenderers must, as a minimum, have Cyber Essentials Plus and conform to the Very 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 the requirement, they must assess the cyber risk for that sub-contract and ensure their supply chain has the appropriate controls, or an agreed implementation plan, in place prior to sub-contract award.

Transfer of Undertakings Protection of Employees (TUPE) may apply

three.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 1 December 2021

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: 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: .

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: a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance;

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

information and formalities necessary for evaluating if the requirements are met: 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: The estimated average annual contract value is between £1,000.000 GBP - £2,000,000 GBP. If the estimated average 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, e.g. such evidence may include:

1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and

2) 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.

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: (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 3 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.

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: 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, e.g. such evidence may include:

1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and

2) 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.

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: (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 five 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 - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (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;

(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 sub-paragraph (n)(i);

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: 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 its subcontractor’s ability to process, store and transmit classified information at UK Official.

Minimum level(s) of standards possibly required: (if applicable)

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; and

2) 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.

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:

The main Contractor will be required to provide evidence of its subcontractor’s ability to process, store and transmit classified information at UK Official by describing the required Facility Security Clearance (FSC) granted by its National or Designated Security Authority.

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; and

2) 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.


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Negotiated

Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no

four.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: 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.

The Authority reserves the right to increase the maximum number of candidates invited to tender from 6 in accordance with the "20210321_TSSP_136_DPQQ_DSP_Supporting Documets.pdf" attached within the Dynamic PQQ.

The Authority reserves the right to reduce the number of candidates during the negotiation phase, full details will be set out in the Invitation to Negotiate (ITN).

four.1.3) Reduction of the number of operators during the negotiation or dialogue

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

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

701547413 - TSSP/136

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

Prior information notice

Notice number: 2020/S 222-547598 of 13 November 2020

Other previous publications

no

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

28 April 2021

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

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.

Defence Opportunity link: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=50963

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Ministry of Defence (MoD)

Cedar 2B, Mail Point #3260, MoD Abbey Wood

Bristol

BS34 8JH

Email(s)

Bethany.Buxton101@mod.gov.uk

Country

United Kingdom

six.4.1) Body responsible for mediation procedures

Ministry of Defence (MoD)

Cedar 2B, Mail Point #3260, MoD Abbey Wood

Bristol

BS34 8JH

Country

United Kingdom

six.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

Bristol

BS34 8JH

Country

United Kingdom