Tender

710340458 - High G Centrifuge Test and Training Service Contract

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

20 May 2024 at 16:09

Summary of the contracting process

The Ministry of Defence is seeking a High G Centrifuge Test and Training Service Contract valued at GBP 35,000,000. The procurement is for training and simulation services in aircraft, missiles, and spacecrafts, and will take place at RAF Cranwell, Sleaford, Lincolnshire, UK. The tender is currently in the active stage, with a deadline for submissions on June 19, 2024.

This opportunity presents potential providers with the chance to deliver and maintain the High G Centrifuge equipment, provide engineering services, and manage aircrew training programmes in compliance with quality and safety standards. The procurement method is selective, involving a competitive procedure with negotiation. The Ministry of Defence, as the buying organisation, aims to select a limited number of candidates based on professional capacity and technical capability to move to the Invitation to Negotiate (ITN) stage.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

710340458 - High G Centrifuge Test and Training Service Contract

Notice Description

Provision of High G Centrifuge Test and Training Service Contract

Lot Information

Lot 1

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

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.

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-046908
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015910-2024
Current Stage
Tender
All Stages
Tender

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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

80 - Education and training services


CPV Codes

50000000 - Repair and maintenance services

80650000 - Training and simulation in aircrafts, missiles and spacecrafts

Notice Value(s)

Tender Value
£35,000,000 £10M-£100M
Lots Value
£35,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 May 20241 years ago
Submission Deadline
19 Jun 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Thomas Macklin
Contact Email
desfsast-comrclmailbox@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLF3 Lincolnshire

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-046908-2024-05-20T17:09:30+01:00",
    "date": "2024-05-20T17:09:30+01:00",
    "ocid": "ocds-h6vhtk-046908",
    "description": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=57588",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-046908",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "710340458 - High G Centrifuge Test and Training Service Contract",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "80650000",
            "description": "Training and simulation in aircrafts, missiles and spacecrafts"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of High G Centrifuge Test and Training Service Contract",
        "value": {
            "amount": 35000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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. Additional information: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=57588",
                "value": {
                    "amount": 35000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority intends to compete for these services once this arrangement comes to an end."
                },
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "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)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "RAF Cranwell, Sleaford, Lincolnshire, NG34 8HB"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://contracts.mod.uk/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-06-19T23:59:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UKF3",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thomas Macklin",
                "email": "desfsast-comrclmailbox@mod.gov.uk",
                "url": "https://www.contracts.mod.uk/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.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-14341",
            "name": "Defence Equipment & Support",
            "identifier": {
                "legalName": "Defence Equipment & Support"
            },
            "address": {
                "streetAddress": "MOD Abbeywood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "desfsast-comrclmailbox@mod.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5483",
        "name": "Ministry of Defence"
    },
    "language": "en"
}