Planning

FRAMEWORK CONTRACT FOR REMOTE SENSOR NETWORK

  • Ministry of Defence - DE&S - Specialist EOD&S, Exploitation and Countermeasures Team

F16: Prior information notice for contracts in the field of defence and security

Notice identifier: 2023/S 000-006757

Procurement identifier (OCID): ocds-h6vhtk-03b091

Published 8 March 2023, 1:54pm



Section one: Contracting authority/entity

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

Ministry of Defence - DE&S - Specialist EOD&S, Exploitation and Countermeasures Team

Abbey Wood, #8207 | Rowan 2C

Bristol

BS34 8JH

For the attention of

Macsadjo Princess

Email(s)

princess.macsadjo100@mod.gov.uk

Country

United Kingdom

Internet address(es)

Address of the buyer profile

www.des.mod.uk

Further information

Further information can be obtained from 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/entity is purchasing on behalf of other contracting authorities/entities:

No


Section two: Object

two.1) Title attributed to the contract by the contracting authority/entity:

FRAMEWORK CONTRACT FOR REMOTE SENSOR NETWORK

two.2) Type of contract and location of works, place of delivery or of performance

Supplies

Service category No 3: Defence services, military defence services and civil defence services

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

UK

NUTS code

  • UK - United Kingdom

two.3) Information on framework agreement

The notice involves the establishment of a framework agreement: Yes

two.4) Short description of nature and scope of works or nature and quantity or value of supplies or services

The SEEC Team (SEEC) within Defence Equipment and Support (DE&S) is preparing to initiate a competitive procurement process to award a contract to a single prime contractor for a new Remote Sensor Network (RSN). RSN will replace a previous project that covers the capability currently.

RSN will provide multiple solutions for remote sensor technologies and networks alongside delivering through-life support and maintenance to existing capabilities used by a military user group. RSN will be relied upon by the military user group to provide data readings and monitoring of a variety of outputs supporting current and ongoing operations.

RSN must be able to support data collection and monitoring of a source and the contractor will be required to also support rapid, insightful and cost-effective decisions to ensure the sustainment of the UK Defence operations.

Estimated value excluding VAT

Range: between £15,000,000 and £18,000,000

Lots

This contract is divided into lots: No

two.5) Common procurement vocabulary (CPV)

  • 35125100 - Sensors

Additional CPV code(s)

  • 35711000 - Command, control, communication systems
  • 35712000 - Tactical command, control and communication systems

two.6) Scheduled date for start of award procedures and duration of the contract

Scheduled date for start of award procedures: 1 July 2024

Duration in months: 84 (from the award of the contract)


Section four: Procedure


Section six: Complementary information

six.1) Information about European Union funds

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

six.2) Additional information

1. Description

The Ministry of Defence requires a prime contract to manufacture, test and support multiple Remote Sensor Networks. The purpose of RSN is to monitor and maintain a variety of outputs for a military user group. The core of the requirement will be known at contract award and includes support to the existing equipment set. The remainder of the requirement and deliverables shall be defined over the course of the contract to address emerging requirements that shall be contracted through a tasking procedure.

We expect to contract with a prime contractor who has the capability and reach-back to take advantage of emergent, innovative capability across the market.

The classification of the requirement is up to and including SECRET UK EYES ONLY. Therefore the Prime Contractor will be required to hold Facility Security Clearance.

2. Procurement Timescales & Contract Value.

The estimated value range of the Contract is between £15M-£18M over a 5 to 7-year period with potential contract commencing July 2024.

3. Early Engagement and Market Intelligence

The Authority is particularly interested in understanding the capabilities in the market to help inform the development of the requirement. Please provide a brief of up to 750 words detailing your capability and potential solutions to the requirement along with any potential risks/issues that the Authority should consider.

Your brief should be addressed to princess.macsadjo100@mod.gov.uk. Please provide your brief no later than 7 April 2023.

This information shall not be used by the Authority to down-select but shall help inform the development of the requirement and contracting strategy only.

4. Contract Notice and Pre-Qualification

The Authority intends to publish a Contract Notice and initiate Supplier Selection in April 2023. Full details on how to express your interest in this requirement shall be published in the Contract Notice.

5. Further Information

You must not take this announcement to mean confirmation that MOD shall award a contract for this requirement. The MOD is publishing this announcement without any commitment to issue a tender or place a contract. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers.