Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Corsham
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55964
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55964
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
707251450 DF080 AOLB Archive Digitilisation
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The Defence Artificial Intelligence Centre (DAIC) is looking to deliver rapid technology across the portfolio, within their Digital Operations function, through a series, labelled Challenge 3,2,1. This Opportunity is the first Use Case (Army Operational Legacy Branch (AOLB) - Archive Digitisation) and will be delivered through a multi supplier Framework Agreement, which is segregated into two LOTS (LOT 1 will be Proof of Concept and LOT 2 will be Scale & Operationalisation).
The use case is as follows: A software solution is required to provide robust search and optical character recognition (OCR) functionality over digitised documents and their metadata to meet legal standards. Documents must be searchable to a degree of accuracy that meets ISO 10002 and the solution must support both filtering on metadata and search over textual document content.
This Contract Notice is to inform the Market the DPQQ is now live for this opportunity. Please follow the URL (https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55964) for further information.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
707251450 DF/080 AOLB Archive digitisation
Lot No
1
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Defence Artificial Intelligence Centre (DAIC) is looking to deliver rapid technology across the portfolio, within their Digital Operations function, through a series labelled Challenge 3,2,1. This Opportunity is the first Use Case (Army Operational Legacy Branch (AOLB) - Archive Digitisation) and will be delivered through a multi supplier Framework Agreement, which is segregated into two LOTS (LOT 1 will be Proof of Concept and LOT 2 will be Scale & Operationalisation).
The use case is as follows: A software solution is required to provide robust search and optical character recognition (OCR) functionality over digitised documents and their metadata to meet legal standards. Documents must be searchable to a degree of accuracy that meets ISO 10002 and the solution must support both filtering on metadata and search over textual document content.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
This work will include activities classified up to OFFICIAL-SENSITIVE. Server Farms must be located within the United Kingdom. All personnel engaged on this requirement must at a minimum have current Security Check clearance or be willing and able to obtain such clearance before commencing work on the requirement.
Security conditions are located in the Qualification envelope of the DPQQ.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
N/A
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 August 2023
Local time
11:59pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Supplier selection will take place in the following sequence:
1. Dynamic Pre-Qualification Questionnaire (DPQQ) responses will be evaluated and a maximum of ten suppliers will be selected to participate in the ITN process.
2. ITN responses will be evaluated and following any negotiations a minimum of three suppliers will be selected to demonstrate their Commercial Off The Shelf (COTS) products.
3. The demonstrations will then be evaluated and following any further negotiations, the Authority intends to award Framework contracts.
Without commitment:
4. The Authority will proceed to run a Further Competition on LOT 1 of the Framework, where selected suppliers will be individually tasked to deliver a Proof of Concept (POC) under this LOT.
5. The outcomes of the POC’s will be evaluated and one supplier will be awarded onto LOT 2 of the Framework, where the Authority will be able to operationalise the solution - in accordance with the Framework T&C's, which will be provided at ITN stage.
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence, Defence Digital
Corsham
Country
United Kingdom