II.2.2) Cod(au) CPV ychwanegol
50000000
II.2.3) Man cyflawni
Cod NUTS:
UKF3
Prif safle neu fan cyflawni:
RAF Cranwell, Sleaford, Lincolnshire, NG34 8HB
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 35 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 120
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Authority intends to compete for these services once this arrangement comes to an end.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Nifer yr ymgeiswyr a ragwelir: 4
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
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).
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
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.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=57588