Tender

710340458 - High G Centrifuge Test and Training Service Contract

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2024/S 000-015910

Procurement identifier (OCID): ocds-h6vhtk-046908

Published 20 May 2024, 5:09pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Bristol

Contact

Thomas Macklin

Email

desfsast-comrclmailbox@mod.gov.uk

Country

United Kingdom

Region code

UKF3 - Lincolnshire

Internet address(es)

Main address

https://des.mod.uk/

one.3) Communication

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

https://www.contracts.mod.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/web/login.html

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

710340458 - High G Centrifuge Test and Training Service Contract

two.1.2) Main CPV code

  • 80650000 - Training and simulation in aircrafts, missiles and spacecrafts

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of High G Centrifuge Test and Training Service Contract

two.1.5) Estimated total value

Value excluding VAT: £35,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF3 - Lincolnshire
Main site or place of performance

RAF Cranwell, Sleaford, Lincolnshire, NG34 8HB

two.2.4) Description of the procurement

The High G Test & Training Facility (HGTTF) provides critical High G training for fast jet aircrew as mandated by NATO standardisation agreement (STANAG’s) and Military Aviation Authority (MAA) Regulatory Articles in a safe environment. It also has the capability to carry out testing and research.

The HGTTF provides G force training under RAF Centre of Aerospace Medicine (RAF CAM) control for a range of training conditions. Operational Aircrew (Refresher), new military Aircrew and specialist staff are taught to cope with forces of up to +9Gz, nine times normal gravity whilst controlling their aircraft as they would do in a flight simulator. RAF CAM staff train aircrew to recognise the effects of G-force and develop techniques to counteract these effects, in a safe and controlled realistic environment. By developing pilots’ abilities to withstand high G-force on the ground, under realistic flying conditions, the HGTTF significantly enhances safety in the air. Trials work has already been conducted for Typhoon, Tempest and recently for the Civil Aviation Authority looking at medical aspects of UK-based human spaceflight. The HGTTF is also used to conduct testing for the effects of G-force on equipment intended to be used in Aircraft where high G force may be applied.

As the only such device in the UK, it reached Full Operating Capability in 2018, replacing the veteran human centrifuge at Farnborough. It also provides essential UK release to service certification for Aircrew Equipment Assemblies (AEA) under a controlled range of High-G conditions and will be used to develop, test and evaluate advanced new pilot equipment. The Centrifuge and its associated equipment are located within a bespoke, secure building based at RAF Cranwell.

The Authority requires the following:

a. Management and equipment maintenance of the High G Centrifuge.

b. Provision of Co-ordinating Design Organisation engineering services via the support and management of the Original Equipment Manufacturer (OEM) / Design Authority (DA), to enable safe delivery of the test and training capability.

c. Implementation and management of Post Design Services (PDS) Taskings and repairs as required.

d. Provision of Suitably Qualified & Experienced Personnel (SQEP) to deliver/oversee the aircrew training programme in compliance with Quality Standards, and Safety & Environmental Standards.

e. Provision of Training delivery and Management of Support services through working closely with the Customer, RAF CAM, to manage trainees, testing and research

f. Management of Security and Information Assurance in accordance with UK Government policies and guidance.

g. Provision of Integrated Logistics Support including the management of Authority issued GFA; Spares which may be subject to the International Traffic in Arms Regulations (ITAR); Management or support of a third-party supply system; maintenance of Aircrew Equipment Assemblies (AEA).

This notice invites potential providers to register an interest and complete the Pre-Qualification Questionnaire (PQQ - 710340458) for this project via the Defence Sourcing Portal. Potential providers are invited to demonstrate their capacity, capability, and suitability to deliver the requirement for the High G project.

Cyber Security: The MoD has a duty to protect itself from Cyber threats and now we extend this to Suppliers we engage with. As an extension of the Government’s Cyber Essentials Scheme, the MoD working together with Industry and other Government Departments, have developed a more robust Cyber Security Model, under the umbrella of the Defence Cyber Protection Partnership (DCPP). All prime contractors must have the cyber security controls specified in DEF Stan 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level specified in the contract. For the purposes of Cyber Security this requirement has been assessed with a Cyber Risk Profile: Low. The Risk Assessment Reference is RAR-240319A09.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £35,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The Authority intends to compete for these services once this arrangement comes to an end.

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

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

The Authority will assess the potential provider's professional capacity [DPQQ Qualification Envelope] and technical capability [DPQQQ Technical Envelope] to suitably deliver the requirements. These mainly consider the potential providers past experience, track record and evidence of ability to deliver and provide services in fulfilment of the High G project requirements.

The evaluation criteria for choosing a limited number of candidates a mix of binary PASS/FAIL criteria and (0,20,40,60,80,100) scoring criteria to assess potential provider’s responses. The potential providers who meet all the required qualification standards and minimum thresholds will be ranked according to their overall weighted scores and a tie break process applied to arrive at our envisaged number of candidates to proceed to the Invitation to Negotiate (ITN) stage.

The detailed criteria the Authority will follow to select a limited number of candidates are provided and set out in full, in the High G Test and Training Service Contract DPQQ - Guidance Document which can be found attached in the Qualification Envelope within PQQ – 710340458 within the Opportunity Listing at the in the Defence Sourcing Portal (DSP).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract is expected to include 2 x 12 Month Option periods in addition to an original duration of 8 years.

Other Options are not known at this time, but any options to be included within the opportunity will be clarified upon release of Tender Documentation following conclusion of shortlisting of Potential Providers at the PQQ stage.

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

https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=57588


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

All suitability requirements and selection criteria are set out in the Pre-Qualification Questionnaire (PQQ) and associated guidance which can be found with the Opportunity Listing via the Defence Sourcing Portal (DSP).

For Clarity, the 'Procurement Documents' for this opportunity are considered to be the Opportunity Listing and the attachments included which can be found on the DSP.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Date

19 June 2024

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: 4 (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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=57588

six.4) Procedures for review

six.4.1) Review body

Defence Equipment & Support

MOD Abbeywood

Bristol

BS34 8JH

Email

desfsast-comrclmailbox@mod.gov.uk

Country

United Kingdom