Remote Sensor Network

  • Ministry of Defence

F14: Notice for changes or additional information

Notice identifier: 2023/S 000-018685

Procurement identifier (OCID): ocds-h6vhtk-03ddb0

Published 30 June 2023, 1:48pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Rowan 2c Mailpoint 410

Bristol

BS34 8JH

Email

princess.macsadjo100@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://des.mod.uk/

Buyer's address

https://des.mod.uk/what-we-do/army-procurement-support/soldier-training-special-projects/


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Remote Sensor Network

Reference number

707141451

two.1.2) Main CPV code

  • 35125100 - Sensors

two.1.3) Type of contract

Supplies

two.1.4) Short description

DE&S Specialist Explosive Ordnance Disposal & Search (EOD&S), Exploitation and Countermeasure (SEEC) team, part of the UK Ministry of Defence (The Authority) intends to competitively assess, select and award a contract to a prime contractor for the development and integration of multiple aspect remote sensors and their associated networks (RSN) in the field of Chemical, Biological, Radiological, Nuclear, Explosive (CBRNe). To include but not limited to as below.

• Bodyworn; for the use in conjunction with a variety of soldier systems monitoring the individual’s metrics and the surrounding environmental area.

• Mounted; for use on multiple manned and unmanned platforms, to aid in situational awareness, protective monitoring and risk reduction

• Remote; for deployment as part of a wider sensor network or as a stand-alone node to allow long range, remote environmental monitoring and alerting in both permissive and non-permissive areas.

• Provide in-service support for both existing equipment and new equipment procured throughout the contract term. In-service support includes, but is not limited to; provision of spares, repairs, quality management, safety management, obsolescence management.

• Identification, procurement and testing of new RSN capabilities to take advantage of emerging technology to meet operational requirements and deliver value for money.

• Modification and integration of COTS sensors into a single system architecture

• Data retrieval from in-service networks and analysis of that data.

• Design and development and manufacture of new RSN and associated network capacity to include but not limited to novel navigation technology.

The competition is exempt from Defence and Security Public Contract Regulations (DSPCR) 2011 in accordance with regulation 7(1)(a) for national security reasons. The classification of the requirements supported under this contract are SECRET UK Eyes Only. Therefore, the successful Contractor will be required to hold Facility Security Clearance (FSC) by Contract Award (estimated June 2024). Contractors without FSC may apply for provisional FSC status to allow the exchange of classified documents during the tendering phase but the winning contractor will be required to have full FSC in place by Contract Award. Further information on FSC can be found here: https://www.gov.uk/guidance/defence-equipment-and-support-principal-security-advisor

The Authority intends to award the contract by June 2024, with a five-year fixed term contract and two additional option years. The Authority reserves the right as its absolute discretion, to not take up any or all the option(s). Further information on the option(s) will be provided in the invitation to negotiate.

The overall value of the Contract (including any options) is estimated to be £18M (EX VAT).

The full requirement will be issued in the Invitation to Negotiate (ITN), and suppliers will be given appropriate time to respond with their tenders.

The Authority shall take forward a maximum of eight suppliers that have provided a compliant response to the PQQ. The eight highest scoring compliant suppliers will be invited to negotiate. The Authority is intending to hold an Industry Day following completion of the Supplier Selection phase of the competition. Full details will be provided to those suppliers that are successful at PQQ.

The Cyber Risk Level for this procurement is ‘Low’

The Risk Assessment Reference (RAR) is RAR-554484852.

A full description of the Cyber Risk levels is available at DEFSTAN 05-1


Section six. Complementary information

six.6) Original notice reference

Notice number: 2023/S 000-018603


Section seven. Changes

seven.1) Information to be changed or added

seven.1.2) Text to be corrected in the original notice

Section number

II.1.5)

Place of text to be modified

Short Description of the Contract or Purchases

Instead of
Text

The Authority reserves the right to expand on the requirement at any point in line with the terms and conditions of the Contract. Expanding on the requirement is at the Authority's discretion, and may occur for several reasons including, but not limited to, emerging User group urgent requirement in line with remote sensors and their associated networks (RSN) in the field of Chemical, Biological, Radiological, Nuclear, Explosive (CBRNe).

seven.2) Other additional information

Correction to remove text from description in original Contract Notice