Opportunity

Dismounted Joint Fires Integrator (D-JFI)

  • Ministry of Defence, Land Equipment, Armoured Vehicles Programmes - Artillery Systems Programme

F17: Contract notice for contracts in the field of defence and security

Notice reference: 2021/S 000-000798

Published 14 January 2021, 4:32pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence, Land Equipment, Armoured Vehicles Programmes - Artillery Systems Programme

Cedar 2c #3260, MOD Abbey Wood

Bristol

BS34 8JH

Contact

Janet Ellis

Email(s)

Janet.Ellis900@mod.gov.uk

Telephone

+44 3067939054

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

https://www.bipsolutions.com

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

The above-mentioned contact point(s)

Tenders or requests to participate must be sent to

The above-mentioned contact point(s)

one.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

one.3) Main activity

Defence

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Dismounted Joint Fires Integrator (D-JFI)

two.1.2) Type of contract and location of works, place of delivery or of performance

Supplies

Purchase

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

Bristol, City of

NUTS code

  • UKK11 - Bristol, City of

two.1.5) Short description of the contract or purchase(s)

Intelligence, Surveillance, Target Acquisition and Reconnaissance. The Artillery Systems Team, part of DE&S, ran a Competitive Negotiated Procedure under Regulation 18 of the Defence and Security Public Contract Regulations 2011 for the D-JFI Requirement.

The Army HQ Single Statement of User Need (SSUN) that DJFI will deliver against is: "The User shall be able to generate and communicate target information from a dismounted configuration to effector systems for integrate employment of joint precision and non-precision fires to achieve tactical success."

The main Users are dismounted Fire Support Teams (FST) and Joint Terminal Attack Controllers (JTAC).

D-JFI is a Category B equipment procurement project, taking into account the through-life costs.

In issuing this Contract Notice and engaging with the Market, the Authority is not committing to carrying out any procurement in relation the requirement. If third parties are interested in engaging with the Authority in relation to the requirements they must do so without sharing information that is protected by copyright or patents.

As per the Defence Contract Notice and OJEU advert dated 16th December 2016, the Authority presented the D-JFI requirement to the market at an Industry Briefing Day on 17th January 2017 at Larkhill.

two.1.6) Common procurement vocabulary (CPV)

  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance

two.1.7) Information about subcontracting

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

The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract

two.1.8) Lots

This contract is divided into lots: No

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

The Prime Integrator will be required to provide around 377 D-JFI systems in four configurations with three years associated support.

These figures are based upon the Land Fleet Requirement as stated in the Initial Gate Business Case and are currently under review and the final figures will be included in the Invitation to Negotiate.

It is expected that irrevocable contractual options may be required for support starting in 2022.

The scaling of support may vary through the life of the contract.

Estimated value excluding VAT:

Range: between £100,000,000 and £150,000,000

two.2.2) Information about options

Options: No

two.2.3) Information about renewals

This contract is subject to renewal: Yes

Number of possible renewals: 2


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

Deposits and guarantees may be required

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Financing restrictions apply

three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Bidders must have a specified legal form

three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

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

Information about security clearance:

At this stage, no requirement has been identified during the tendering process for security clearance to be obtained by tenderers, but the winning tenderers and elements of the supply chain will be required to hold valid security clearance at contract award. Interested parties are advised that the process for obtain security clearance can take several months.

three.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 10 December 2020

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met:

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: The operator's personal situation may be considered.

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:

Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Economic restrictions apply.

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Negotiated

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators: 7

Objective criteria for choosing the limited number of candidates: A Dynamic Pre-Qualification Questionnaire (DPQQ) will be issued with criteria for down-selection.

four.1.3) Reduction of the number of operators during the negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: yes

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

ARTYSYS/00260

four.3.2) Previous publication(s) concerning the same contract

no

four.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 15 January 2021 - 5:00pm

Payable documents: no

four.3.4) Time limit for receipt of tenders or requests to participate

24 January 2021 - 5:00pm

four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

26 January 2021

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: No

six.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

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.dcocontracts.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: 98G6988594.

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-2021114-DCB-17639950

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Ministry of Defence, Land Equipment, Armoured Vehicles Programmes - Artillery Systems Programme

Cedar 2c #3260, MOD Abbey Wood

Bristol

BS34 8JH

Email(s)

Janet.Ellis900@mod.gov.uk

Telephone

+44 3067939054

Country

United Kingdom

six.4.1) Body responsible for mediation procedures

Ministry of Defence, Land Equipment, Armoured Vehicles Programmes - Artillery Systems Programme

Cedar 2c #3260, MOD Abbey Wood

Bristol

BS34 8JH

Email(s)

Janet.Ellis900@mod.gov.uk

Telephone

+44 3067939054

Country

United Kingdom

six.4.3) Service from which information about the lodging of appeals may be obtained

Ministry of Defence, Land Equipment, Armoured Vehicles Programmes - Artillery Systems Programme

Cedar 2c #3260, MOD Abbey Wood

Bristol

BS34 8JH

Email(s)

Janet.Ellis900@mod.gov.uk

Telephone

+44 3067939054

Country

United Kingdom