Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

FCG/017 Satellite and Mission Simulator

  • First published: 21 December 2020
  • Last modified: 21 December 2020
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Unknown
Authority ID:
AA47308
Publication date:
21 December 2020
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


MOD

Abbey Wood

Bristol

BS34 8JH

UK

Amy Ford


+44 3001569342

Amy.Ford398@mod.gov.uk


https://des.mod.uk/


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

FCG/017 Satellite and Mission Simulator

II.1.2)

Type of service contract

3

Main site or location of works, place of delivery or performance

Bristol, City of.


UKK11

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Military Research and Technology. On behalf of Army HQ, Defence Equipment and Support is seeking to procure a modular, event driven fully data representative satellite simulator for use in design, development, integration, test and operation of space segment assets; this will be used in support of the ARTEMIS mission.

ARTSIM, as the baseline deliverable, will provide a set of generic default satellite configurations which can be used for the analysis of a range of mission operations and capability objectives. The system must take a flexible, distributed architecture approach, providing for a range of spacecraft components to be simulated to a level of fidelity which can be determined by the team utilising the tool. The system shall utilise high quality GUI and animations to visualise satellite and orbit configurations. MOD require the capability to deploy ARTSIM as a stand-alone software process, running on a single machine, or as a VM deployed on a hypervisor, or as a cloud based application running in a container.

Simulation of the satellite systems, subsystems and interfaces in both real-time and simulated time, will provide an operationally ready capability, which is able to represent, as simulation instances, a range of satellite implementations (including constellations), with a full range of orbit configurations. ARTSIM shall enable user (local or remote) control of the simulation including setting parameters and starting/stopping the simulation. ARTSIM shall have a set of default underlying functions, but also enable user definition of system mathematical models including orbit function, satellite function and unit models. ARTSIM shall include interface connectivity functionality, enabling connection to hardware through electrical interfacing to support in the loop testing via a test harness. Software interfacing shall enable connection to external databases, networks or remote control i.e. TT&C databases and external Check-out systems

The ARTSIM product shall support the simulation of system level configurations in the different mission phases (off-launcher separation, and solar panel deployment), definition of the reference systems, the functional block diagrams of the satellite, payload and equipment layouts and functional paths.

The ARTSIM product shall support the development and understanding of satellite level system budgets including:

• mass,

• inertial properties,

• unit power consumption for all operational modes,

• power available in different mission phases.

II.1.6)

Common Procurement Vocabulary (CPV)

73410000

II.1.7)

Information about subcontracting

Checked box
Checked box
Unchecked box
Unchecked box
Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

800 000
GBP

II.2.2)

Information about options

Provisional timetable for recourse to these options

II.2.3)

Information about renewals



Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The authority reserve the right to ask for an indemnity, guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment follows delivery and acceptance of the goods, works or services.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

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 legal entity before entering into the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

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 any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.

III.1.5)

Information about security clearance


 28-02-2021

III.2)

Conditions for Participation

III.2.1)

Personal situation



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 the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

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.

A declaration of good standing will be required in the pre-qualification questionnaire.




III.2.2)

Economic and financial standing



(a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance information will be sought through a formal pre-qualification questionnaire.



The estimated annual contract value is GBP 250 000. If the estimated 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, for example such evidence may include:

1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and

2) stating 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 may be utilised as part of this process.







III.2.3)

Technical and/or professional capacity



(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 5 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:

— that person was not a contracting authority, and

— 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;

(i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous 3 years;

(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;

(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority;

(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 subparagraph (n)(i).

The authority requires this information to evaluate technical capability sought through a formal pre-qualification questionnaire stage.









III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

10

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

FCG/017

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 22-01-2021  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 15-02-2021

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. 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 instructions on safeguarding classified information (e.g. a Security Aspects Letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

Advertising regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk

This requirement has been assessed as having a cyber risk level of Very Low and as such, suppliers must create an account to submit a Supplier Assurance Questionnaire (SAQ) at https://supplier-cyber-protection.service.gov.uk/ The Risk Assessment Reference (RAR) code for this requirement is RAR-JPDQ37J6.

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 http://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.

Suppliers must log in, go to your Response Manager and add the following access code: U4M49D2F8S

Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the access code via DCO as the opening and closing date is visible within the opportunity.

Please ensure that you allow yourself plenty of time when responding to this opportunity 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 or Telephone 0800 282 324.

Go reference: GO-20201216-DCB-17518955

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


MOD

Abbey Wood

Bristol

BS34 8JH

UK


+44 1179132548


Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 16-12-2020

Coding

Commodity categories

ID Title Parent category
73410000 Military research and technology Research and Development services on security and defence materials

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.