Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
Air Commercial, RAF High Wycombe
Naphill
HP14 4UE
Contact
Gillian Fairman
For the attention of
Gillian Fairman
Email(s)
Country
United Kingdom
Internet address(es)
General address of the contracting authority/entity
Address of the buyer profile
Electronic access to information
Electronic submission of tenders and requests to participate
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.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
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
701945451 - Medium to fast speed Operational Readiness Training (ORT) aerial support service
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
United Kingdom
NUTS code
- UK - United Kingdom
two.1.5) Short description of the contract or purchase(s)
The Authority is seeking to procure a medium to fast speed Operational Readiness Training (ORT) aerial support service, to enable interim Red Air aggressor training for the RAF. This service will need to include Air-to-Air, Target, Threat Simulation and Mission Augmentation training. This is an urgent requirement, and an interim contract is being sought to meet this.
Further details on the requirement are available in the '701945451-Full description of the procurement' document attached to the Defence Sourcing Portal opportunity - this is available at www.contracts.mod.uk/
two.1.6) Common procurement vocabulary (CPV)
- 80650000 - Training and simulation in aircrafts, missiles and spacecrafts
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 service will be required to meet the following mandatory technical requirements:
• Delivery of an estimated 2000 flying hours (per annum, including transit time) with a maximum of 4 simultaneous sortie rate and up to 12 sorties daily in a 15-hour flying window. The flying window will need to be a flexible window, to meet customer demand.
• Aircraft must deliver sustainable Air Vehicle Availability (AVA) across an indicative performance window, with aircraft and avionics available consistently throughout the day.
• An Air Safety Management System, or equivalent, is required for the aircraft.
• CAA or MAA accreditation for the proposed aircraft and activities, with aircraft ready to commence operations in early Summer 2022. There is no ability for MOD to actively assist with the accreditation process; the expectation is that the registration is already complete or in progress.
• Available to commence contract activities from a UK base within a 30-minute transit time to D323 North Sea training complex. Suppliers will be required to source their own basing and infrastructure solution.
• Operations able to commence Summer 2022.
• The aircraft proposed must be equipped with air-to-air radar, radar warning equipment. The radar will require:
o A Pulse-Doppler (PD) system in the frequency band around 9.9 GHz, and capable of Low, Medium and High Pulse Repetition Frequency (PRF), that is detectable as a radar and excites Combat Air platform mission data systems.
o Radar Warning Receiver (RWR)/Radar Warning Equipment (RWE) capable of receiving within the 2-18 GHz frequency band.
o TSPI Data Device capable of providing TSPI data, downloadable within 60 minutes of landing, to enable post-mission debriefing.
• Aircraft must be able to meet the performance envelope detailed in the '701945451-Full description of the procurement' document on the Defence Sourcing Portal, available here - www.contracts.mod.uk/
The scope of this requirement includes three, one year options to extend.
Estimated value excluding VAT:
£100,000,000
two.2.2) Information about options
Options: Yes
Description of these options: 3 x 1 year options
two.3) Duration of the contract or time limit for completion
Duration in months: 36 (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
The Authority reserves the right to ask for an indemnity, (parent company) guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
To be released at ITN stage.
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
Due to its security classification, this project falls within Regulation 6(3A) of the Defence and Security Public Contract Regulations which permits the Authority to protect its essential security by refraining from supplying information in a procurement process which would be contrary to its essential security interests. Therefore, this contract and tender process is restricted to UK-registered companies intent on directly delivering the contract and that can restrict access to classified information to personnel that are UK nationals with the appropriate security clearances. Contracting models where non-UK registered companies would be involved as a key subcontractor to deliver this contract, will not be considered. The Pre-Qualification Questionnaire (PQQ) contains further details on the evidence suppliers will be required to provide to meet the Authority’s security requirements.
three.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: 1 July 2022
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: Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content.
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
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 above
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content.
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
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: The Authority will assess the economic and financial capacity of all prospective suppliers during the PQQ. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. An independent financial assessment obtained from a reputable credit rating organisation may be utilised. At least 2 years audited accounts (if available)/equivalent must be submitted as part of the PQQ response. The Authority may request further information.
Minimum level(s) of standards possibly required: Criteria detailed in PQQ at www.contracts.mod.uk/
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: Criteria detailed in PQQ at www.contracts.mod.uk/
Minimum level(s) of standards possibly required: Criteria detailed in PQQ at www.contracts.mod.uk/
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: Criteria detailed in PQQ at www.contracts.mod.uk/
Minimum level(s) of standards possibly required: Criteria detailed in PQQ at www.contracts.mod.uk/
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: Criteria detailed in PQQ at www.contracts.mod.uk/
Minimum level(s) of standards possibly required: Criteria detailed in PQQ at www.contracts.mod.uk/
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 2 and maximum number 3
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: no
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
701945451
four.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number: 2021/S 000-027263 of 29 October 2021
Other previous publications
no
four.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 9 December 2021 - 5:00pm
four.3.4) Time limit for receipt of tenders or requests to participate
13 December 2021 - 11:55pm
four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
4 January 2022
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 e-Tendering system Defence Sourcing Portal (DSP), in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
Capability to meet the requirements will be assessed through the Pre-Qualification Questionnaire (PQQ) which is available at the above link.
All questions within the PQQ will be scored on a pass/fail basis and respondents will be required to provide evidence as part of their answers to the PQQ questions. The decision to accept or reject evidence will be solely the responsibility of the authority, based on the Authority’s reasonable opinion of the information supplied. The Authority reserves the right to fail any aspect where, in its reasonable opinion, the evidence/information supplied is unsuitable.
The Authority reserves the right to reject any submissions that do not demonstrate sufficient capability and/or capacity to deliver the advertised requirement. Failure of any pass/fail element will result in the prospective supplier not being brought forward to the ITN stage.
Details of the evaluation criteria and methodology used for contract award will be set out in the initial tender.
To express interest in this procurement please complete the Pre-Qualification Questionnaire (PQQ) via the Defence Sourcing Portal (DSP) www.contracts.mod.uk
The Authority is willing to consider supporting any contractor by signing end user agreements or any other relevant paperwork that may assist that contractor with laying the groundwork or otherwise preparing for this contract.
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
Air Commercial High Wycombe
Naphill
HP14 4UE
Country
United Kingdom