Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Bristol
Contact
Steve Gregory
desfsast-comrclmailbox@mod.gov.uk
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=58501
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/guest/go/opportunity/detail?opportunityId=58501
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
711435452 - Ground Training Maintenance Support (GTMS)
two.1.2) Main CPV code
- 80660000 - Training and simulation in military electronic systems
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of preventative and corrective maintenance to approximately seventy seven (77) synthetic ground training aids, located throughout mainland U.K.
two.1.5) Estimated total value
Value excluding VAT: £7,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34741400 - Flight simulators
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Authority has a remit to provide ongoing maintenance and post design support to Synthetic Training Aids (STE) used for Tri-Service aircraft maintenance, ground and rear crew training until the Out of Service Date (OSD) of the equipment. Failure to deliver defined training outputs could lead to training deficiencies on those passing through training and impact the ability of delivering capabilities to the front line but also assist mitigate risk to life activities.
The majority of equipment’s support training conducted by the following Customer Groups:
a. RAF 1 Group;
b. RAF 2 Group;
c. RAF 22 (Training) Group, primarily the Defence School of Aeronautical Engineering (DSAE) and the Defence College of Technical Training;
d. RAF 38 Group primarily Royal Air Force Centre of Aviation Medicine (RAFCAM).
It is anticipated that there shall be several components of this requirement. These shall be conducted by suitably qualified and experienced resources, including;
a. ‘Preventative Maintenance’ which is defined as systematic and prescribed work carried out at prescribed intervals or usages, and is carried out to reduce the probability of failure or to mitigate degradation.
b. ‘Corrective Maintenance’ which is defined as unscheduled maintenance that is carried out after the item/system has failed in order to restore it to a functioning state. An unscheduled or corrective maintenance task would be carried out after a fault was recognised to effect restoration.
c. Ad-Hoc tasking is defined as any work to the original equipment, or its records to maintain safety, cost, operational use, reliability and/or maintainability, to the agreed operational/functional base line standard.
d. Post Design Services (PDS) is defined as work required to undertake discrete tasks not part of the larger repair and maintenance task e.g. disposal and/or investigations.
The STEs are located at a number of bases, primarily:
a. Defence Schools of Aeronautical Engineering (DSAE) Cosford,
b. Ministry of Defence (MOD) Lyneham,
c. Royal Navy Air Engineering and Survival School (RNAESS) Gosport,
d. RAF Brize Norton.
Other sites may include, but not necessarily limited to:
a. RAF Cranwell,
b. RAF Henlow,
c. RAF Odiham,
d. RAF Wittering,
e. RAF St. Athan,
f. RAF Conningsby,
g. RAF Lossiemouth,
h. RAF Mawgan
i. Royal Naval Air Service (RNAS) Yeovilton.
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
Yes
Description of renewals
The Authority may compete for these services once this contract expires.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract may include two 12 month options, both of which would be in addition to the 60 month core contract duration.
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
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
26 August 2024
Local time
11:59pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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=58501
six.4) Procedures for review
six.4.1) Review body
Defence Equipment & Support
Bristol
Country
United Kingdom