Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
Army Commercial – HQ Land Warfare Centre Bldg 95, Waterloo Lines, Imber Road
Warminster
BA12 0DJ
Contact
Ashleigh Ely
For the attention of
Ely Ashleigh
Email(s)
Country
United Kingdom
Internet address(es)
General address of the contracting authority/entity
Electronic access to information
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=50869
Electronic submission of tenders and requests to participate
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=50869
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
Remote observation, Surveillance and Radio Frequency (RF) emission collection systems for Land Warfare Centre (LWC)
two.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 26: Other services
Main site or location of works, place of delivery or of performance
As per SOR Lite
two.1.5) Short description of the contract or purchase(s)
Project BESTLA seeks to create a suite of 3 systems that will provide training assessors (OMs) with greater objective data on the training troops' activities and behaviours. The three systems are:
1 - The OM system. A range of directional cameras and microphones installed into a HQ tent to increase the "eyes and ears" of the OMs so they can see and hear more to inform their assessments.
2 - The Surveillance system. Aerial and ground footage, in both video and still imagery form, capturing the visual and thermal spectrum, to replicate what an enemy might be able to see from a distance. This is allow the OMs to show training troops where they are visible so they can then mask their appearance.
3 - The Radio Frequency (RF) system. Capture of the emissions from tactical communications systems used by troops in the military RF spectrum so OMs can show troops what an enemy might be able to "hear". This system wouldn't capture what is being said, as the radios are encrypted, but would be able to show frequency, direction and power usage
two.1.6) Common procurement vocabulary (CPV)
- 75221000 - Military defence services
Additional CPV code(s)
- 32235000 - Closed-circuit surveillance system
- 32323500 - Video-surveillance system
- 32441100 - Telemetry surveillance system
- 34711200 - Non-piloted aircraft
- 35125300 - Security cameras
- 38433200 - Emission measurement equipment
- 38433210 - Emission spectrometer
- 38433300 - Spectrum analyser
- 79714100 - Tracing system services
- 79961200 - Aerial photography services
- 79961300 - Specialised photography services
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 contract is for a period of three (3) years plus two (2) Option Years which the Authority reserves the right to undertake.
Estimated value excluding VAT:
Range: between £0 and £5,000,000
two.2.2) Information about options
Options: Yes
Description of these options: two (2) Option Years
two.2.3) Information about renewals
This contract is subject to renewal: Yes
two.3) Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.1) Deposits and guarantees required
A Parent Company Guarantee and/or Performance Bond in a form to be provided by the MoD may be required. Details will be included in the Tender Documentation, if applicable.
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Potential Providers must note the mandatory requirement for electronic trading using the Contracting, Purchasing & Finance (CP&F) electronic trading tool. All payments for deliverables under the contract shall only be made via CP&F. Details can be found at
three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
In the event of a group provider submitting an acceptable offer, the MoD reserves the right to require the group of bidders to take a legal form or require one bidder to take Prime Contractor responsibility or to require that each member of the group undertakes joint and severable liability for the performance of the agreement and any call-off made under it.
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
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: Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content.
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
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: Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content.
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
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: As per the PQQ documentation on the Defence Sourcing Portal (DSP)
Minimum level(s) of standards possibly required: As per the PQQ documentation on the Defence Sourcing Portal (DSP)
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: As per the PQQ documentation on the Defence Sourcing Portal (DSP)
Minimum level(s) of standards possibly required: As per the PQQ documentation on the Defence Sourcing Portal (DSP)
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: As per the PQQ documentation on the Defence Sourcing Portal (DSP)
Minimum level(s) of standards possibly required: As per the PQQ documentation on the Defence Sourcing Portal (DSP)
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: As per the PQQ documentation on the Defence Sourcing Portal (DSP)
Minimum level(s) of standards possibly required: As per the PQQ documentation on the Defence Sourcing Portal (DSP)
three.3) Conditions specific to services contracts
three.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: No
Section four: Procedure
four.1) Type of procedure
four.1.1) Type of procedure
Restricted
four.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 2 and maximum number 10
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: no
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
701546383
four.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number: 2021/S 000-029627 of 29 November 2021
Other previous publications
Notice number: 2021/S 000-004657 of 8 March 2021
four.3.4) Time limit for receipt of tenders or requests to participate
11 March 2022 - 11:00am
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 intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
Army Commercial, Army HQ, Andover
six.4.1) Body responsible for mediation procedures
Army Commercial, Army HQ, Andover
six.4.3) Service from which information about the lodging of appeals may be obtained
Army Commercial, Army HQ, Andover