2.5.
De Staat heeft op 5 december 2011 een Request For Proposal (hierna: RFP), met bijlagen, verzonden aan de (tien) geïnteresseerde marktpartijen, waaronder aan Sagem en Thales en Elbit. In het RFP staat, voor zover thans relevant vermeld:
11. The NLD MoD is the single contracting nation on behalf of all BENELUX Participants and will assess the received offers according to the following structure.
First of all the NLD MoD will assess the compliancy with the selection criteria as stated in Paragraph 12. If one or more answers are not compliant, we will not take your offer into account any further.
Secondly the NLD MoD will assess the compliancy with the knock out criteria as stated in
Enclosure 2 - Knock out criteria
. If one or more answers are not compliant, we will not take your offer into account any further.
Finally we will assess your offer in depth according to the award criteria.
12. The following selection criteria will be assessed.
• Law of insurance against occupational hazards;
• You are obliged to inform us about a project or programme, with a financial volume of at least € M 60 within a similar technical range and system integration as the required Smart Vest. You are kindly requested to mention the following: a description of this project or programme, the customer, the end-user and a relevant Point Of Contact (POC).
• The Supplier has to fulfill the provisions in accordance with a quality system equal to or comparable with ISO 9001:2008. After contract award, this system shall be adapted by the Supplier to be compliant with AQAP 2110, with respect to the software it will be AQAP 2210.
13. The best value for money to the MoD's with respect to the following criteria:
• Commercially:
o Price: total costs of ownership;
o Delivery/ completion date (compliance with the planning);
o Compliance with draft contract. The Supplier has to submit a statement of compliancy to each and every paragraph of the draft contract. In case of changing, adding, or not in full acceptation of terms and conditions, the NLD MoD reserves the right not to consider the offer any further.
• Technically:
o Compliance with all Programmes of Requirements (see Annexes A.1, A.2 and A.3 to Enclosure 1). For information purposes, the Operational Concept Description for Smart Vest is included as Enclosure 8;
o Scores in the Multi Criteria Analysis. The Supplier's proposal has to achieve sufficient technical scores in the technical evaluation by the NLD MoD with respect to the Multi Criteria Analysis process
(Enclosure 7 - The technical evaluation process)
;
o Test model performance. In the final evaluation stadium, the preferred Supplier(-s) must deliver test models of the "Smart Vest" and a range of radios for evaluation. All test models must comply with the requirements as described in
Enclosure 7 - The technical evaluation process
. This will be evaluated by the NLD MoD.
• Logistically:
o Compliance with the Programme of Requirements for ILS (See Annex A3 to Enclosure 1) and delivery of a Training Plan and Maintenance Plan.
• Quality Assurance:
o Sufficient answers based on the Case 'Management of changes'
(Enclosure 6 - Case "Management of changes")
in order to validate the Supplier's approach to major changes;
o The Quality Management System must comply with the AQAP 2110 and AQAP 2210;
o Delivery of a Quality Plan.
(…)”
Verder wordt, samengevat, in artikel 53 van de RFP de mogelijkheid geboden om vragen te stellen en in artikel 10 aan de inschrijvers verzocht om de Staat te informeren in het geval er belangrijke informatie ontbreek.
In bijlage 7 bij het RFP, waarnaar in artikel 13 wordt verwezen, staat onder meer vermeld:
“(…)
Enclosure 7: Technical evaluation process
This enclosure provides information about the pre contractual technical evaluation process carried out by the NLD MoD. The selection of the final Supplier will take place in two consecutive stages;
Stage 1: Pre evaluation (all Suppliers)
Evaluation of the proposal as provided by the Supplier.
Stage 2: Final evaluation (preferred Suppliers only)
Evaluation of 'test models'
Multi Criteria Analysis (MCA)
During both stages of the evaluation phase a Multi Criteria Analysis (MCA) will be used to evaluate the offer with respect to "Quality". The organization of the MCA tree is shown in figure 1.
Quality
Operational capabilities
|
|
System Design
|
|
Support
|
Survivabilty
|
|
System Architecture
|
|
Training and education
|
Command and Control
|
|
Electrical & Software Architecture
|
|
Sustainment and Maintenance
|
Mobility
|
|
Transmission Aspects (Network)
|
|
System Deployment Support
|
Sustainability
|
|
LCP Architecture
|
figure 1: MCA Tree for evaluation of the Smart Vest proposals
The proposals will be evaluated against 11 criteria (the red rectangles). The proposals will be evaluated on an integrated system level as it will be used by the end user from an operational perspective, using these criteria. Every criterion has a specific value in the evaluation, indicated with a weight, as can be seen in the table below.
Direct Criterion
|
Weight
|
Direct Criterion
|
Weight
|
Direct Criterion
|
Weight
|
Operational Capabilities
|
100
|
System Design
|
60
|
Support
|
25
|
Criterion
|
Weight
|
Criterion
|
Weight
|
Criterion
|
Weight
|
Survivability
|
50
|
System Architecture
|
100
|
Training and eductaion
|
45
|
Command and Control
|
80
|
Electrical & Software Architecture
|
90
|
Sustainment and Maintenance
|
65
|
Mobility
|
100
|
Transmission Aspects (Network)
|
70
|
System Deployment Support
|
100
|
Sustainability
|
40
|
LCP Architecture
|
55
|
|
Stage 1: Pre evaluation
Evaluation of the proposal as provided by the Supplier.
Stage 2: Final evaluation
The second stage of the evaluation process will be focused on evaluation of the performance of key elements of the proposed system, through the use of "test models", in a number of controlled experiments ("tests"). This evaluation will be carried out by the NLD MoD. The results of these tests will be used to re-evaluate the evaluation executed in stage 1, using the same MCA method.
Within this stage, the following steps are planned;
Step 1: Based on the pre evaluation, a limited number of Suppliers shall be notified that they have been selected as preferred Supplier. Simultaneously, they will receive a document with regarding the relevant physical body measures of each test person. It is up to the Supplier to determine and provide the corresponding clothing and equipment sizes.
The Supplier is allowed to indicate in his proposal, which body size(-s) he prefers to receive in order to correctly determine the corresponding clothing and equipment sizes for each test person.
For the testing of the C4I Application, the State will provide information on the details for coupling the proposed C4I application platforms to the VBS2 environment.
Step 2: Delivery of the test models by the Supplier. The scope of the delivery can be found in Attachment A. In case of deviations between the proposal and the test models a list of all deviations shall be included by the Supplier.
Step 3: In the same week as the delivery of the test models, the supplier shall present and explain how the test models must be used (in particular LCP components and C4I radios and applications). This shall take place in the Netherlands (location to be determined). For the C4I&ESS parts, the presence of technical support is required during the entire duration of the tests.
Step 4: The NLD MoD will execute the tests in the Netherlands. Tests that will be executed in the field will be in the local weather conditions. The test models supplied by the Supplier will be tested on several different levels; Smart vest, LCP and C4I&ESS. The instructions for these tests can be found in Attachment B. These instructions are a top level description of the tests that will be executed; detailed descriptions are outside the scope of this document.
Step 5: Evaluation by the NLD MoD.
(…)”
2.15.
Bij brief van 18 juli 2014 heeft de Staat schriftelijk antwoord gegeven op de door Sagem gestelde vragen. In deze brief staat vermeld, voor zover thans relevant:
“(…) MOD informed Sagem on 9 May 2014 that Sagem was ranked number 2, meaning an intention to award the contract to the preferred suplier. Therefore MOD stated that the details of the contract will be worked out, which is different than to start ‘negotions with a single preferred bidder, which is introduced by Sagem.
(…)
DMO has evaluated Sagem’s bid according to the criteria mentioned in point 13 of the cover letter of the RFP. The award grid is composed as given below.
Criteria
|
Commercially
|
Technically
|
Logistically
|
Quality
Assurance
|
Total
|
Points
Max
|
40
|
43
|
7
|
10
|
100
|
Points
Sagem
|
40
|
36,15
|
7
|
9,39
|
92,5
|
On the criteria “Commercially” and “Logistically” Sagem scored the maximum number of points. On the criterion “Quality Assurance” Sagem scored slighly less than the maximum number of points. As explained before, the dominant factor for Sagem’s number 2 ranking is the lesser score on the criterion “Technically”. Information on the aspects where Sagem did not score the maximum was given during the Explanatory meeting of 27th June 2014.
(…)
Risks are not incorporated in any of the MCA scores, nor in the points awarded to any preferred bidder, nor in the ranking. During the evaluations (see (updated) Enclosure 7 tot the RFP cover letter) risks haven been identified. The identified risks are used to support risk mitigation during the execution of the contract.
(…)
The MCA (technical and logistical) covers 50 points of the total award grid. The total scores concerning the 11 criteria in the MCA are contained in the technical and logistic part of the award grid. Information on the criteria where Sagem did not score the maximum was given during the explanatory meeting of 27th June 2014.
(…)
As stated in the RFP, the criterion “Commercially” is comprised of three aspects:
Price, delivery/completion date and compliance with draft contract. The price is defined in the RFP as total cost of owner ship and covers 32 points of the total award grid. The LCC method was sent as enclosure 10 with the updated RFP and has been filled in by the bidders. The aspects delivery/completion date and compliance with the draft contract each cover 4 points of the total award grid.
(…)
The MCA process has been guided by TNO. TNO has substantial experience in guiding MCA processes in multi-disciplinary procurements. This to ensure the objectivity of the evaluation. For the same reason, the TNO team that guided the MCA process has not been involved in the actual evaluation (i.e. the writing of the requirements, the field testing, the scoring).
The MCA process has been used to score the criteria Technically and Logistically. For each of the eleven criteria (see (updated) Enclosure 7 to the RFP) a team of experts was comprised, consisting of both operational and technical experts. The teams of experts consisted of approximately 5 persons. A Delphi-like approach was used in which experts first evaluated the proposal individually and then discussed their assessments to come to a group consensus during the MCA session. This approach was used to ensure the objectivity of the evaluations.
(…)
From the target groups the MoDs have selected six groups of 10 soldiers to participate in the Smart Vest evaluation test (see updated Enclosure 7 to the updated cover letter to the RFP – send on 6 December 2012).
The six groups were randomly distributed over the different preferred bidders. (…) Each group performed the field tests by using the test models of two bidders as well as (by using) their current equipement. By optimizing the order of testing and the combinations of bidders for each group, the circumstances were equalised for all bidders. This to ensure the objectivity of the evaluation.
(…)
As was common practice for the acquisition of military materiel in Europe until Directive 2009/81 was implemented in the Dutch legal system in February 2013, the tender was put on the market in accordance with the European Defence Agency Code of Conduct on Defense Procurement. This procedure was clearly communicated from the start and none of the companies involved protested against this procedure.”