Notice Information
Notice Title
Defence Virtual Simuluation 2
Notice Description
Defence Virtual Simulation 2 (DVS2) will provide a common, interoperable, accessible and deployable software enabler(s) for simulation-based activity across Defence. Defence Virtual Simulation 2 (DVS2) will provide a low fidelity , common virtual simulation tool(s) that exploits Commercial Off The Shelf (COTS) games-based technology. It is intended for use as widely as possible, underpinning the interoperability of training systems and enabling its use for applications including decision support; research and development; training; and operations planning and rehearsal, that is free at the point of use. DVS2 is a Commercial Off The Shelf (COTS) software provided over a period of up to 10 years (made up of 5 years managed service contract + 3 x 1 years options which the Authority reserves the right to take as a combination, or as 1 year increments, resulting in perpetual unsupported licences for final 2 years). The solution is interoperable with extant and future simulations, both nationally and internationally, through the use of open standards and import and export content in open standards (DMaSC & CIGI compliant). The solution is licensed at an appropriate level providing enterprise, unrestricted use and distribution by the MoD, thereby enabling widespread use and development opportunities.
Lot Information
Lot 1
Defence Virtual Simulation 2 (DVS2) will provide a common, interoperable, accessible and deployable software enabler(s) for simulation-based activity across Defence. Defence Virtual Simulation 2 (DVS2) will provide a low fidelity , common virtual simulation tool(s) that exploits Commercial Off The Shelf (COTS) games-based technology. It is intended for use as widely as possible, underpinning the interoperability of training systems and enabling its use for applications including decision support; research and development; training; and operations planning and rehearsal, that is free at the point of use. DVS2 is a Commercial Off The Shelf (COTS) software provided over a period of up to 10 years (made up of 5 years managed service contract + 3 x 1 years options which the Authority reserves the right to take as a combination, or as 1 year increments, resulting in perpetual unsupported licences for final 2 years). The solution is interoperable with extant and future simulations, both nationally and internationally, through the use of open standards and import and export content in open standards (DMaSC & CIGI compliant). The solution is licensed at an appropriate level providing enterprise, unrestricted use and distribution by the MoD, thereby enabling widespread use and development opportunities. Additional information: Please note the overall through-life cost for this Contract is anticipated to be PS25,000,000 (in line with the original Contract Notice), this includes potential uptake of priced options. The awarded contract value for the core 5 year duration is PS7,199,994 original Contract Notice link: https://www.find-tender.service.gov.uk/Notice/002917-2021?origin=SearchResults&p=1
Options: 3 x 1-year extensions 8 x additional priced options
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0292cc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010325-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80600000 - Training services in defence and security materials
80620000 - Training and simulation in firearms and ammunition
80630000 - Training and simulation in military vehicles
80640000 - Training and simulation in warships
80650000 - Training and simulation in aircrafts, missiles and spacecrafts
80660000 - Training and simulation in military electronic systems
Notice Value(s)
- Tender Value
- £30,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £25,000,000 £10M-£100M
Notice Dates
- Publication Date
- 20 Apr 20223 years ago
- Submission Deadline
- 1 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 13 Apr 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Additional Buyers
MINISTRY OF DEFENCE, LAND EQUIPMENT, TRAINING AND SIMULATION SYSTEMS PROGRAMME (TSSP)
- Contact Name
- Robert Preece
- Contact Email
- christopher.fullbrook100@mod.gov.uk, robert.preece106@mod.gov.uk
- Contact Phone
- +44 3001571769, +44 7909254675
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS34 8JH
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK52 Bath & North East Somerset and South Gloucestershire
- Delivery Location
- Not specified
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0292cc-2022-04-20T17:07:19+01:00",
"date": "2022-04-20T17:07:19+01:00",
"ocid": "ocds-h6vhtk-0292cc",
"description": "Please note the overall through-life cost for this Contract is anticipated to be PS25,000,000 (in line with the original Contract Notice), this includes potential uptake of priced options. The awarded contract value for the core 5 year duration is PS7,199,994 original Contract Notice link: https://www.find-tender.service.gov.uk/Notice/002917-2021?origin=SearchResults&p=1",
"initiationType": "tender",
"tender": {
"id": "701575511 - TSSP/134",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Defence Virtual Simuluation 2",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "80600000",
"description": "Training services in defence and security materials"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80620000",
"description": "Training and simulation in firearms and ammunition"
},
{
"scheme": "CPV",
"id": "80630000",
"description": "Training and simulation in military vehicles"
},
{
"scheme": "CPV",
"id": "80640000",
"description": "Training and simulation in warships"
},
{
"scheme": "CPV",
"id": "80650000",
"description": "Training and simulation in aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "80660000",
"description": "Training and simulation in military electronic systems"
},
{
"scheme": "TED_SERVICE_CATEGORY_DEFENCE",
"id": "3",
"description": "Defence services, military defence services and civil defence services"
}
],
"mainProcurementCategory": "services",
"description": "Defence Virtual Simulation 2 (DVS2) will provide a common, interoperable, accessible and deployable software enabler(s) for simulation-based activity across Defence. Defence Virtual Simulation 2 (DVS2) will provide a low fidelity , common virtual simulation tool(s) that exploits Commercial Off The Shelf (COTS) games-based technology. It is intended for use as widely as possible, underpinning the interoperability of training systems and enabling its use for applications including decision support; research and development; training; and operations planning and rehearsal, that is free at the point of use. DVS2 is a Commercial Off The Shelf (COTS) software provided over a period of up to 10 years (made up of 5 years managed service contract + 3 x 1 years options which the Authority reserves the right to take as a combination, or as 1 year increments, resulting in perpetual unsupported licences for final 2 years). The solution is interoperable with extant and future simulations, both nationally and internationally, through the use of open standards and import and export content in open standards (DMaSC & CIGI compliant). The solution is licensed at an appropriate level providing enterprise, unrestricted use and distribution by the MoD, thereby enabling widespread use and development opportunities.",
"value": {
"currency": "GBP",
"amount": 30000000
},
"minValue": {
"amount": 10000000,
"currency": "GBP"
},
"hasOptions": true,
"options": {
"description": "This Contract shall be over a period of up to 10 years (made up of 5 years managed service contract + 3 x 1 years options which the Authority reserves the right to take as a combination or as 1-year increments, resulting in perpetual unsupported licences for final 2 years). Please note the estimated value of the core 5 years is between PS4,000,000 and PS7,000,000. The range of spend for the full duration of this contract will be between PS10,000,000 and PS30,000,000. The Authority is under no obligation to exercise the right to the options if it deems inappropriate to do so."
},
"hasRenewal": false,
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UNITED KINGDOM"
}
},
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"subcontracting": {
"description": "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."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"depositsGuarantees": "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.",
"languages": [
"en"
]
},
"communication": {
"documentAvailabilityPeriod": {
"endDate": "2021-03-23T17:00:00Z"
}
},
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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.dcocontracts.mod.uk/delta/project/reasonsForExclusion.html#dspr",
"appliesTo": [
"supplier"
]
},
{
"type": "suitability",
"description": "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.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "economic",
"description": "(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: 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": "The estimated average annual contract value is between 500,000 GBP- 2,500,000 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.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "(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": "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.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "technical",
"description": "(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) 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": "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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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": "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.",
"appliesTo": [
"subcontractor"
]
}
],
"description": "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 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. The deadline for submitting your response(s) is 01/04/2021 at 17:00. Please ensure that you allow yourself plenty of time when responding to this invite 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 (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk . Interested suppliers are required to complete the Dynamic PQQ to provide information that allows the Authority to evaluate the supplier's capacities and capabilities against the selection criteria set out at Sections III.2.1),III.2.2) and III.2.3) of this Contract Notice. The Authority will use the DPQQ response to create a shortlist of tenderers who: (1) Are eligible to participate under Section III.2.1) of this Contract Notice; (2) Fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and (3) Best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice. 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 reduce the number of candidates during the negotiation phase, full details will be set out in the Invitation to Negoitate (ITN)."
},
"contractTerms": {
"otherTerms": "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 MODERATE, as defined in DEFSTAN 05-138. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Moderate (Reference - RAR-BA339KDZ). As the Assessment has been deemed as Moderate 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-BA339KDZ. Tenderers must, as a minimum, have Cyber Essentials Plus and conform to the MODERATE 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. TUPE may apply from the current in-service Defence Virtual Simulation Contract.",
"financialTerms": "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.",
"tendererLegalForm": "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."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": false
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"minimumCandidates": 2,
"maximumCandidates": 6,
"successiveReduction": true,
"invitationDate": "2021-07-09T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2021-04-01T17:00:00+01:00"
},
"hasRecurrence": false,
"milestones": [
{
"id": "1",
"type": "securityClearanceDeadline",
"dueDate": "2022-03-31"
}
],
"lots": [
{
"id": "1",
"description": "Defence Virtual Simulation 2 (DVS2) will provide a common, interoperable, accessible and deployable software enabler(s) for simulation-based activity across Defence. Defence Virtual Simulation 2 (DVS2) will provide a low fidelity , common virtual simulation tool(s) that exploits Commercial Off The Shelf (COTS) games-based technology. It is intended for use as widely as possible, underpinning the interoperability of training systems and enabling its use for applications including decision support; research and development; training; and operations planning and rehearsal, that is free at the point of use. DVS2 is a Commercial Off The Shelf (COTS) software provided over a period of up to 10 years (made up of 5 years managed service contract + 3 x 1 years options which the Authority reserves the right to take as a combination, or as 1 year increments, resulting in perpetual unsupported licences for final 2 years). The solution is interoperable with extant and future simulations, both nationally and internationally, through the use of open standards and import and export content in open standards (DMaSC & CIGI compliant). The solution is licensed at an appropriate level providing enterprise, unrestricted use and distribution by the MoD, thereby enabling widespread use and development opportunities. Additional information: Please note the overall through-life cost for this Contract is anticipated to be PS25,000,000 (in line with the original Contract Notice), this includes potential uptake of priced options. The awarded contract value for the core 5 year duration is PS7,199,994 original Contract Notice link: https://www.find-tender.service.gov.uk/Notice/002917-2021?origin=SearchResults&p=1",
"awardCriteria": {
"criteria": [
{
"name": "Environment",
"type": "quality",
"description": "13"
},
{
"name": "Structures",
"type": "quality",
"description": "9"
},
{
"name": "Equipment",
"type": "quality",
"description": "5.3"
},
{
"name": "Life Forms/Actors",
"type": "quality",
"description": "6"
},
{
"name": "Missions",
"type": "quality",
"description": "9"
},
{
"name": "Visualisation",
"type": "quality",
"description": "11.5"
},
{
"name": "System Architecture",
"type": "quality",
"description": "7"
},
{
"name": "User Control",
"type": "quality",
"description": "9"
},
{
"name": "Deployability",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Non-Functional",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Through-Life Support",
"type": "cost",
"description": "5.8"
},
{
"name": "Governance and Compliance",
"type": "cost",
"description": "Pass/Fail"
},
{
"name": "Managed Service and Behaviour",
"type": "cost",
"description": "6.6"
},
{
"name": "Training",
"type": "cost",
"description": "7.8"
},
{
"name": "Social Value",
"type": "cost",
"description": "10"
},
{
"name": "Safety and Environmental",
"type": "cost",
"description": "Pass/Fail"
}
]
},
"hasOptions": true,
"options": {
"description": "3 x 1-year extensions 8 x additional priced options"
},
"status": "cancelled"
}
]
},
"parties": [
{
"id": "GB-FTS-5507",
"name": "Ministry of Defence, Land Equipment, Training and Simulation Systems Programme (TSSP)",
"identifier": {
"legalName": "Ministry of Defence, Land Equipment, Training and Simulation Systems Programme (TSSP)"
},
"address": {
"streetAddress": "MoD Cedar 2B, Mail Point #3260, MOD Abbey Wood, Filton",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Robert Preece",
"telephone": "+44 7909254675",
"email": "robert.preece106@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.dcocontracts.mod.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-5508",
"name": "Ministry of Defence, Land Equipment, Training and Simulation Systems Programme (TSSP)",
"identifier": {
"legalName": "Ministry of Defence, Land Equipment, Training and Simulation Systems Programme (TSSP)"
},
"address": {
"locality": "Bristol",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7909254675",
"email": "robert.preece106@mod.gov.uk"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
},
{
"id": "GB-FTS-12610",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"region": "UK",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3001571769",
"email": "christopher.fullbrook100@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.contracts.mod.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-50545",
"name": "Bohemia Interactive Simulations (UK) Ltd",
"identifier": {
"legalName": "Bohemia Interactive Simulations (UK) Ltd"
},
"address": {
"streetAddress": "31 Hercules Way, Farnborough Aerospace Centre",
"locality": "Hampshire",
"region": "UK",
"postalCode": "GU14 6UU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-50546",
"name": "DE&S MOD",
"identifier": {
"legalName": "DE&S MOD"
},
"address": {
"streetAddress": "TSSP #4110, MOD Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-12610",
"name": "Ministry of Defence"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:590237-2019:TEXT:EN:HTML"
}
],
"language": "en",
"awards": [
{
"id": "010325-2022-TSSP/134 - 701575511-1",
"relatedLots": [
"1"
],
"title": "Defence Virtual Simulation 2",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-50545",
"name": "Bohemia Interactive Simulations (UK) Ltd"
}
]
}
],
"contracts": [
{
"id": "010325-2022-TSSP/134 - 701575511-1",
"awardID": "010325-2022-TSSP/134 - 701575511-1",
"title": "Defence Virtual Simulation 2",
"status": "active",
"value": {
"amount": 25000000,
"currency": "GBP"
},
"dateSigned": "2022-04-14T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}