Tender

Supply of Commercial Satellite Imagery and Elevation Data

  • UK Strategic Command, Commercial - Ministry of Defence

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

Notice identifier: 2021/S 000-009779

Procurement identifier (OCID): ocds-h6vhtk-02ada4

Published 5 May 2021, 10:55pm



Section one: Contracting authority/entity

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

UK Strategic Command, Commercial - Ministry of Defence

Room A104, A Block, RAF Wyton

Huntingdon

PE28 2EA

Contact

Jack Bunkum

For the attention of

Bunkum Jack

Email(s)

jack.bunkum101@mod.gov.uk

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

http://www.contracts.mod.uk/

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

Supply of Commercial Satellite Imagery and Elevation Data

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

CI and ED to be delivered electronically and on occasion by courier on portable storage media

NUTS code

  • UK - United Kingdom

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

The Authority has a global requirement for Commercial Imagery (CI) and Elevation Data (ED) for intelligence purposes and the creation of geospatial products to support Defence planning, training and operations. The Authority are responsible for the purchase of and timely, cost efficient delivery of CI and ED for use by Defence and Other Government Departments (OGD) to support this requirement.

The Authority uses CI and ED in response to requests for support from Defence and OGDs. Such requests are often high-priority, high-profile and require a rapid response in order to react to time-critical events. CI and ED is used to support production of foundation geospatial products including image maps, situational awareness products and raster datasets and intelligence products.

CI and ED requirements often need to be met quickly and efficiently in order to react to time-critical events. A response time of 24 hours is necessary to service urgent requirements and is consequently seen as a critical element of contract delivery.

The Contractor will act as a broker between the Authority and CI-ED vendors and contractor expertise will provide access to and knowledge of all vendors. The Contractor will staff all requirements and will provide unbiased recommendations based upon other experiences with vendors.

Contractors will be required to:

a. provide CI and ED at a competitive price

b. deliver CI and ED within defined operational and routine timeframes

c. deliver CI and ED via FTP and optical media/portable hard drives

d. deliver CI and ED with MoD-compliant metadata

e. provide expert investigation and assessment of existing CI and ED with recommendations on the suitability for the Defence requirement

f. task and provide a delivery service for CI and ED new collection to meet defined requirements

g. provide a delivery service for archive CI and ED to meet defined requirements

h. provide if required: enhanced imagery products (namely orthorectified imagery [to remove all terrain distortions], pan-sharpened imagery and mosaicked imagery to supplement above requirements), datasets that are associated with CI and ED and Ground Control Points (GCP)

i. provide advice and support relating to technical issues concerning the use of CI and ED

j. have a thorough understanding of licence issues and be able to negotiate suitable usage permissions on behalf of the Authority

k. treat sensitive nature requests accordingly

The Contract will be for an initial period of 3 years starting on 1st November 2021. This will be followed by two 1-year option periods.

two.1.6) Common procurement vocabulary (CPV)

  • 71354200 - Aerial mapping services

Additional CPV code(s)

  • 35631200 - Observation satellites
  • 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

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

Enabling Contract for the supply of Commercial Satellite Imagery. The Contract will be for an initial period of 3 years starting on 1st November 2021. This will be followed by two 1-year option periods.

The Authority has a global requirement for Commercial Imagery (CI) and Elevation Data (ED) for intelligence purposes and the creation of geospatial products to support Defence planning, training and operations. The Authority is responsible for the purchase of and timely, cost efficient delivery of CI and ED for use by Defence and Other Government Departments (OGD) to support this requirement.

The Authority uses CI and ED in response to requests for support from Defence and OGDs. Such requests are often high-priority, high-profile and require a rapid response in order to react to time-critical events. CI and ED is used to support production of foundation geospatial products including image maps, situational awareness products and raster datasets and intelligence products.

CI and ED requirements often need to be met quickly and efficiently in order to react to time-critical events. A response time of 24 hours is necessary to service urgent requirements and is consequently seen as a critical element of contract delivery.

The Contractor will act as a broker between The Authority and CI-ED vendors and contractor expertise will provide access to and knowledge of all vendors. The Contractor will staff all requirements and will provide unbiased recommendations based upon other experiences with vendors.

Contractors will be required to:

a. provide CI and ED at a competitive price

b. deliver CI and ED within defined operational and routine timeframes

c. deliver CI and ED via FTP and optical media/portable hard drives

d. deliver CI and ED with MoD-compliant metadata

e. provide expert investigation and assessment of existing CI and ED with recommendations on the suitability for the Defence requirement

f. task and provide a delivery service for CI and ED new collection to meet defined requirements

g. provide a delivery service for archive CI and ED to meet defined requirements

h. provide if required: enhanced imagery products (namely orthorectified imagery [to remove all terrain distortions], pan-sharpened imagery and mosaicked imagery to supplement above requirements), datasets that are associated with CI and ED and Ground Control Points (GCP)

i. provide advice and support relating to technical issues concerning the use of CI and ED

j. have a thorough understanding of licence issues and be able to negotiate suitable usage permissions on behalf of The Authority

k. treat sensitive nature requests accordingly

The Contract will be for an initial period of 3 years starting on 1st November 2021. This will be followed by two 1-year option periods.

The contract will involve aspects that require the Contractor site to be granted a Facility Security Clearance (FSC) by its National/Designated Security Authority. To tender for the contract Contractors must therefore have, or be willing to, be subjected to the FSC process. Contractors will then be bound not to release or reveal to any third parties any details of a request or order submitted by The Authority without our express permission.

Estimated value excluding VAT:

Range: between £3,500,000 and £4,100,000

two.2.2) Information about options

Options: Yes

Description of these options: 2 x 1 year optional extension periods

two.2.3) Information about renewals

This contract is subject to renewal: No

two.3) Duration of the contract or time limit for completion

Duration in months: 60 (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 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:

http://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-eprocurement systems

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 contractor shall have procedures and environment that will ensure security of all requests by the Authority and orders within the contractor’s organisation, within any CI and ED vendor’s organisation, and in the transmission of information and materials between contractor and vendor and the Authority.

The contract will involve aspects that require the Contractor site to be granted a Facility Security Clearance (FSC) by its National/Designated Security Authority. To tender for the contract Contractors must therefore have been, or be willing to be, subjected to the FSC process. Contractors will then be bound not to release or reveal to any third parties any details of a request or order submitted by the Authority without our express permission.

Once a Contractor’s site has been granted FSC, the contractor shall identify personnel within the contractor organisation who would be involved in Authority requests and orders, and the handling of these. Appropriate clearances may need to be obtained.

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.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 15 October 2021

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 economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers. 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 these criteria are at http://www.dcocontracts.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.

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: Information and formalities necessary for evaluating if the requirements are met: As per above.

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: An assessment of an Applicant's financial standing forms part of the PQQ evaluation process. The Authority will assess the financial health of all Applicant Entities. These are derived from the application of standard accounting measures to financial information that is provided by each Applicant or obtained from publicly available records.

Information necessary for evaluating if the requirements are met will include the below. Full details are provided within the PQQ in DSP:

a) A copy of the Applicant Entity's audited accounts for the most recent three (3) years.

OR

If the Applicant Entity has been trading for fewer than three (3) years, for the period during which that Applicant Entity has been trading.

b) A statement of the Applicant Entity's turnover, profit and loss account, and cash flow for the most recent year of trading.

c) If the Applicant Entity is unable to provide any of the items described above, please provide alternative means of demonstrating financial status (for example, and without limitation or guarantee that such items will be accepted as suitable, a forecast of turnover for the current year and a statement of funding provided by the Applicant Entity's owners or a registered bank).

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: Please refer to the PQQ's 'Economic and Financial Standing' section

Minimum level(s) of standards possibly required: The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established. Accounts are requested as part of the PQQ.

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)

Minimum level(s) of standards possibly required: All initial requirements are outlined in the accompanying PQQ

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: An inability to sufficiently answer the Technical Questions within the PQQ. Further information on Technical evaluation and it's marking scheme is provided within the PQQ.

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

Objective criteria for choosing the limited number of candidates: 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 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.

The deadline for submitting your response(s) is 08/06/2021 16:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

Interested suppliers are required to complete the PQQ which is hosted on the Defence Sourcing Portal (DSP) to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.

The Authority will use the PQQ response to create a shortlist of tenderers who:

(1) are eligible to participate under Section III.2.1) of this Contract Notice;

(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and

(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice.

Full details of the method for choosing the tenderers and how we evaluate is provided within DSP (within the PQQ).

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

701551496

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: 8 June 2021 - 4:00pm

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

8 June 2021 - 4:00pm

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

22 June 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: Yes

Estimated timing for further notices to be published: The contract will run for 3 years with a possible extension period of 2 years (2 x 1 year extensions), meaning 5 years total. If extensions are taken the contract will be competed again sometime during the fourth year.

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 (Defence Sourcing Portal - DSP) in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

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 intends to invite 2-6 (although it could be more depending on number and quality of responses) Economic Operators to tender for this requirement and will therefore conduct a pre-qualification exercise to assist in any down select. Only those Economic Operators who can demonstrate a sufficient level of economic and financial standing and technical or professional ability against the Authority's pre-qualification criteria may be invited to tender. Should more than 6 Economic Operators fulfil the selection criteria, the Authority reserves the right to conduct a further down selection. Full details on how to access the 'Dynamic' Pre-Qualification Questionnaire linked to this advert are contained in the final two paragraphs below. The Authority reserves the right to seek independent financial and market advice to validate information declared, or to assist in any pre-qualification evaluation.

A Cyber Risk Assessment has been carried out for this requirement. The risk has been assessed as MODERATE, and the reference number is RAR-SVJY33EE. Potential suppliers should log on at the address below and complete a Supplier Assurance Questionnaire (SAQ), the results of which must be submitted along with the bidder's tender response. https://supplier-cyber-protection.service.gov.uk

DOWN SELECT PROCESS

Detailed in the DPQQ Guidance Document included in the supporting documentation.

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. 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 accessed the DSP 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 (FAQs) or the User Guides or contact the MOD DSP Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

UK Strategic Command Commercial

six.4.1) Body responsible for mediation procedures

UK Strategic Command Commercial

six.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Please contact UK Strategic Command Commercial if you would like more information on the appeals process.

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

UK Strategic Command Commercial