Tender

707251450 DF080 AOLB Archive Digitilisation

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2023/S 000-019285

Procurement identifier (OCID): ocds-h6vhtk-03df5b

Published 6 July 2023, 1:18pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Corsham

Email

Jon.Burt111@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://mod.gov.uk

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