Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Bristol
BS34 8JH
Contact
Emily Barrow
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Internet address(es)
Main address
https://www.contracts.mod.uk/web/login.html
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.contracts.mod.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.contracts.mod.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.contracts.mod.uk/web/login.html
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
705897450 - Framework for the provision of sensor data for SDA
two.1.2) Main CPV code
- 72319000 - Data supply services
two.1.3) Type of contract
Services
two.1.4) Short description
The UK MOD (the Authority) and UK Space Agency (UKSA) are working together to develop the National Space Surveillance and Tracking (SST) capabilities required to monitor and warn of hazardous space events and contribute to the wider Space Domain Awareness (SDA) picture. Space is becoming increasingly congested and contested, fuelled by a rapid increase in the number (and reducing cost) of objects in orbit. The UK MOD are working to bring together data and analysis from defence, civil and commercial space users to ensure UK satellites can continue to operate safely and sustainably. The UK is enhancing its national SDA capability needed to protect and defend the UK national interest in space.
The aim of this procurement is to purchase SDA data sets from a range of both national and international suppliers to enable assessment of the utility of the SDA data available on the commercial market. The UK MOD, via the DE&S Space Delivery Team, intends to procure SDA data from reliable data suppliers, with extensive knowledge of SDA, and assess how supplementary sensor data can be combined with current data sources to improve UK capability.
The requirement is for participation in Tendering for the Framework for the Provision of Space Domain Awareness (SDA) Sensor Data. The Framework will be open for a period of approximately two (2) months, ending no later than 31st Mar 23 (data delivery by 1st Mar 23). The Framework is for the purchase of Commercial SDA data, which is required to support real-time information, including satellite tracking and anomaly detection/alerting.
Delivery of the data products for ingestion (via Secure File Transfer Protocol (SFTP)). The requirement scope has been divided into 6 LOTS for specific activities, for which Providers can bid for single, multiple or all lots, defined below (full definitions contained within Section D of the Invitation to Tender (ITT):
LOT 1 Characterisation (GEO)
LOT 2 Tracking (GEO) LOT 3 Characterisation (LEO)
LOT 4 Characterisation (Other)
LOT 5 Tracking (Other)
LOT 6 Tracking (LEO)
The requirement is for research and development purposes, therefore the Authority intends to purchase as many data types within each LOT as possible, within the approved budget. Bidders are encouraged to consider the variety of data provided in each data set, over the quantity of data provided. Firm Prices and a maximum bid limit of £45,000 (ex VAT) for initial tasking has been set to ensure multiple data sets can be purchased across LOTs, bids submitted above this value may not be accepted. Should the Authority reach the maximum approved budget, no further data will be purchased. The Authority will purchase up to a maximum of £200,000 (ex VAT) data sets per LOT, the amount of data purchased is solely driven by affordability. The Authority reserves the right not to purchase from any of the LOTS.
two.1.5) Estimated total value
Value excluding VAT: £550,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 6
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
All LOTs (1 - 6): Providers can bid for all or any combination of LOTs but will not be awarded more than one contract per LOT at initial tasking. Each Tender must meet the Authoritys minimum requirements, operate as a standalone Tender & not be dependent on any other Tender or any other factors external to the Tender. Each Tender must be capable of being accepted by the Authority in its own right.
two.2) Description
two.2.1) Title
GEO Characterisation
Lot No
1
two.2.2) Additional CPV code(s)
- 72319000 - Data supply services
- 73410000 - Military research and technology
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
LOT 1 - Supply of Characterisation (GEO) Data – SDA Data requirements for Characterisation of Resident Space Objects (RSO) in GEO orbit (as defined in the Overview tab of the requirements).
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
End date
31 March 2023
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
two.2.14) Additional information
35722000-1 Radar
38630000-0 Astronomical and optical instruments
72319000-4 Data supply services
72322000-8 Data management services
72330000-2 Content or data standardization and classification services
35720000-7 Intelligence, surveillance, target acquisition and reconnaissance
35125100-7 Sensors
34700000-4 Aircraft and spacecraft
34710000-7 Helicopters, aeroplanes, spacecraft and other power
two.2) Description
two.2.1) Title
GEO Tracking
Lot No
2
two.2.2) Additional CPV code(s)
- 72319000 - Data supply services
- 73410000 - Military research and technology
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
LOT 2 – Supply of Tracking (GEO) Data– SDA Data requirements for Tracking of RSOs in GEO orbit (as defined in the Overview tab of the requirements)
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
End date
31 March 2023
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
two.2.14) Additional information
35722000-1 Radar
38630000-0 Astronomical and optical instruments
72319000-4 Data supply services
72322000-8 Data management services
72330000-2 Content or data standardization and classification services
35720000-7 Intelligence, surveillance, target acquisition and reconnaissance
35125100-7 Sensors
34700000-4 Aircraft and spacecraft
34710000-7 Helicopters, aeroplanes, spacecraft and other power
two.2) Description
two.2.1) Title
LEO Characterisation
Lot No
3
two.2.2) Additional CPV code(s)
- 72319000 - Data supply services
- 73410000 - Military research and technology
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
LOT 3 – Supply of Characterisation (LEO) Data – SDA Data requirements for Characterisation of RSOs in LEO orbit (as defined in the Overview tab of the requirements).
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
End date
31 March 2023
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
two.2.14) Additional information
35722000-1 Radar
38630000-0 Astronomical and optical instruments
72319000-4 Data supply services
72322000-8 Data management services
72330000-2 Content or data standardization and classification services
35720000-7 Intelligence, surveillance, target acquisition and reconnaissance
35125100-7 Sensors
34700000-4 Aircraft and spacecraft
34710000-7 Helicopters, aeroplanes, spacecraft and other power
two.2) Description
two.2.1) Title
Characterisation (Other than LEO or GEO)
Lot No
4
two.2.2) Additional CPV code(s)
- 72319000 - Data supply services
- 73410000 - Military research and technology
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
LOT 4 – Supply of Characterisation (Other) Data – SDA Data requirements for Characterisation of RSOs in other orbits (as defined in the Overview tab of the requirements).
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
End date
31 March 2023
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
two.2.14) Additional information
35722000-1 Radar
38630000-0 Astronomical and optical instruments
72319000-4 Data supply services
72322000-8 Data management services
72330000-2 Content or data standardization and classification services
35720000-7 Intelligence, surveillance, target acquisition and reconnaissance
35125100-7 Sensors
34700000-4 Aircraft and spacecraft
34710000-7 Helicopters, aeroplanes, spacecraft and other power
two.2) Description
two.2.1) Title
Tracking (Other than LEO or GEO)
Lot No
5
two.2.2) Additional CPV code(s)
- 72319000 - Data supply services
- 73410000 - Military research and technology
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
LOT 5 – Supply of Tracking (Other) Data – SDA Data requirements for Tracking of RSOs in other orbits (as defined in the Overview tab of the requirements).
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
End date
31 March 2023
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
two.2.14) Additional information
35722000-1 Radar
38630000-0 Astronomical and optical instruments
72319000-4 Data supply services
72322000-8 Data management services
72330000-2 Content or data standardization and classification services
35720000-7 Intelligence, surveillance, target acquisition and reconnaissance
35125100-7 Sensors
34700000-4 Aircraft and spacecraft
34710000-7 Helicopters, aeroplanes, spacecraft and other power
two.2) Description
two.2.1) Title
Tracking (LEO)
Lot No
6
two.2.2) Additional CPV code(s)
- 72319000 - Data supply services
- 73410000 - Military research and technology
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
LOT 6 – Supply of Tracking (LEO) Data – SDA Data requirements for Tracking of RSOs in LEO orbit (as defined in the Overview tab of the requirements).
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
End date
31 March 2023
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
two.2.14) Additional information
35722000-1 Radar
38630000-0 Astronomical and optical instruments
72319000-4 Data supply services
72322000-8 Data management services
72330000-2 Content or data standardization and classification services
35720000-7 Intelligence, surveillance, target acquisition and reconnaissance
35125100-7 Sensors
34700000-4 Aircraft and spacecraft
34710000-7 Helicopters, aeroplanes, spacecraft and other power
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
The procedure to be used is the PCR 2015 Open Procedure, therefore, Potential Providers will be required to complete and submit both the Suitability Assessment Questionnaire (SAQ) and the Invitation To Tender (ITT) at the same time. The SAQ will be used to establish a Potential Providers’ minimum standard of capability and capacity on a pass/fail basis. The SAQ responses will be evaluated prior to reviewing any bids (I.e. Commercial and Technical bids). Should a supplier fail to meet the minimum eligibility and selection criteria set out in the SAQ, they will be discounted from the competition entirely. Potential Providers who are discounted within the SAQ will not have their Tender evaluated and therefore cannot be onboarded onto the Framework or be eligible for Contract Award.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Suitability Assessment Questionnaire (SAQ): This refers to the Supplier Selection criteria as used in the SAQ to assess Potential Providers’ capability to supply this requirement. This includes Mandatory completion of a Statement Relating to Good Standing, and successful demonstration of Cyber Essentials or equivalent standard.
Commercial and Technical Envelopes:
The award criteria for this assessment will be a Value for Money (VFM) index assessment to determine the Most Economically Advantageous Tender (MEAT). The MEAT will be the highest VFM Index score achieved, by dividing the Technical Score (inclusive of Social Value) by the Price (£k) and Tenders will be ranked in order. The Authority reserves the right to Direct Award to the 1st ranked supplier of each LOT.
Minimum level(s) of standards possibly required
Tenderers must pass ALL selection criteria to be deemed compliant.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See ITT Contract Documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The Framework will end no later than 31st Mar 2023. This does not exceed four (4) years. The Data must be delivered no later than 1st March 2023.
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
16 January 2023
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 March 2023
four.2.7) Conditions for opening of tenders
Date
16 January 2023
Local time
5:00pm
Place
Defence Sourcing Portal (DSP)
Information about authorised persons and opening procedure
Commercial Team - Space Delivery Team (DT)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The entire Procurement will be carried out electronically via the Defence Sourcing Portal (DSP).
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence, DE&S
Space Delivery Team, Spruce 1C, MoD Abbey Wood
Bristol
BS34 8JH
Country
United Kingdom