News

United Kingdom-Bristol: Unmanned aerial vehicles

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 241-501638/EN)
Nature of contract: Supply contract
Procedure: Accelerated restricted procedure
Regulation of procurement: EU

Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Combat Air, Unmanned Air Systems (UAS) Team
Ministry of Defence
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): C Burt
Phone: +44 3067989345
Email: clodagh.burt103@mod.gov.uk
Internet Address(es):
General address of the contracting authority:
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: Ministry of Defence, Combat Air, Unmanned Air Systems (UAS) Team
Ministry of Defence
Bristol
Postal code: BS34 8JH
United Kingdom
Email: clodagh.burt103@mod.gov.uk

Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: Provision of Base Situation Awareness Equipment and accompanying Support
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: SOUTH WEST (ENGLAND).
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:Unmanned Aerial Vehicles. The MoD is intending to procure up to 14 Tethered Unmanned Air Systems (UAS).The requirement is to supply equipment that can provide a persistent 360-degree situational awareness from an elevated position. With a minimum endurance of 12 hours.Some organic spares/repairs packs will also be required, along with the potential requirement to repair any equipment returned by the Authority.A train the trainer course must be provided to support user/maintainer training.
II.1.6) Common procurement vocabulary (CPV): 35613000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Core work packages:
тАФ the Contractor shall deliver up to 14 systems.
тАФ the Contractor shall deliver spares/repairs.
тАФ the Contractor shall deliver the technical manual for the systems.
тАФ the Contractor shall provide Engineering support for a period of 2 years.
тАФ the contractor shall provide a Repair and Maintenance Service to the in-service equipment for a period of 2 years.
тАФ the Contractor shall provide a costed spares Catalogue with lead times for all equipment valid for a period of 2 years. to be utilized by the authority on an ad-hoc tasking basis.
тАФ the Contractor is to provide a single course that provides both operator and maintenance training, and training manuals to support this.
тАФ the Contractor shall nominate a Project Manager as the designated single Point of Contact to answer Authority technical queries relating to the operation and support of the system and management the contract for a period of 2 years..
тАФ the Contractor shall provide support to assist the Authority in the provision of the Management of Airworthiness and Air Safety for a period of 2 years.
тАФ the Contractor shall provide a Disposal Plan that details how all equipment will be disposed of for the duration of the contract in accordance with appropriate legislation.
Options:
тАФ the Contractor shall deliver an additional system/s upon request.
тАФ the Contractor shall deliver a spares/repairs upon request.
тАФ the Contractor shall provide an additional year of Engineering support.
тАФ the Contractor shall provide an additional year for Repair and Maintenance Service to the in-service equipment.
тАФ the Contractor is to provide an additional course/s that provides both operator and maintenance training and associated training manuals to be delivered as requested.
тАФ upon request the contractor shall provide a costed spares Catalogue with lead times for all equipment, to be utilized by the authority on an add hoc tasking basis for future financial years.
тАФ the Contractor shall nominate a Project Manager as the designated single Point of Contact to answer Authority technical queries relating to the operation and support of the system and manage the contract for an additional year.
тАФ the Contractor shall provide support to assist the Authority in the provision of the Management of Airworthiness and Air Safety for a year.
тАФ the Contractor shall provide the ability to integrate customer payloads into the system.
Estimated value excluding VAT:
2 000 000 GBP
II.2.2) Information about options:
Options: yes
Options:тАФ the Contractor shall deliver an additional system/s upon request.тАФ the Contractor shall deliver a spares/repairs upon request.тАФ the Contractor shall provide an additional year of Engineering support.тАФ the Contractor shall provide an additional year for Repair and Maintenance Service to the in-service equipment.тАФ the Contractor is to provide an additional course/s that provides both operator and maintenance training and associated training manuals to be delivered as requested.тАФ upon request the contractor shall provide a costed spares Catalogue with lead times for all equipment, to be utilized by the authority on an addhoc tasking basis for future financial years.тАФ the Contractor shall nominate a Project Manager as the designated single Point of Contact to answer Authority technical queries relating to the operation and support of the system and manage the contract for an additional year.тАФ the Contractor shall provide support to assist the Authority in the provision of the Management of Airworthiness and Air Safety for a year.тАФ the Contractor shall provide the ability to integrate customer payloads into the system.
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
After review of the PQQ has been completed parent company guarantee may be requested.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment of goods and services will be made upon acceptance on CP&F.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Any winning company would be working on Offical Sensitive assets and would need to be Baseline Personnel Security Standard (BPSS) checked.Any COTS UAS supplied must not have built-in functionally and their controlling software applications must not allow the collection of data relating to their use.The winning Contractor must be prepared to provide information to support a Cyber Security Assessment if deemed necessary.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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protecting marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, 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 the Regulation 23(1) and 23(2) criteria are at:тАФ 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 the 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.The Authority shall seek a declaration of Good Standing in the Pre-Qualification Questionnaire or separate Statement of Good Standing.
III.2.2) Economic and financial ability

Minimum level(s) of standards possibly required:
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: 1) In the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operatorтАЩs technical ability, taking into account in particular that economic operatorтАЩs skills, efficiency, experience and reliability2) A list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted directly to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case:тАФ the value of the consideration received,тАФ when and where the work or works were carried out, and,тАФ specifying whether they were carried out according to the rules of the trade or profession and properly completed3) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years, or during a shorter period if necessary, and:тАФ the dates on which the goods were sold or the services provided,тАФ the consideration received,тАФ the identity of the person to whom the goods were sold or the service were provided,тАФ any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided, and,тАФ where:тАФ тАФ that person was not a contracting authority, and,тАФ тАФ the certificate referred to in sub-paragraph is not available, any declaration by the economic operator attesting the details of the goods sold or services provided.4) A statement of the technicians or technical services available to the economic operator to:тАФ carry out the work under the contract, or,тАФ be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator.5) A statement of the economic operatorтАЩs:тАФ technical facilities,тАФ measures for ensuring quality,тАФ study and research facilities, and,тАФ internal rules regarding intellectual property.6) A check carried out by the contracting authority or on its behalf by a competent official body of the Member State in which the economic operator is established:тАФ on the technical capacity of the economic operator, and,тАФ if relevant, on the economic operatorтАЩs study and research facilities and quality control measures.7) In the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operatorтАЩs educational and professional qualifications where the economic operator is an individual and:тАФ If any, those of the economic operatorтАЩs managerial staff, and,тАФ those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract.8) The environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract.9) A statement of the services providerтАЩs or contractorтАЩs average annual number of staff and managerial staff over the previous three years.10) A description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract.11) any samples, descriptions, and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs.12) Certification by official quality control institutes or agencies of recognized competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority13) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority.14) a certificate:(i) attesting conformity to quality management systems standards based on the relevant European standard; and(ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification.15) Any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in a sub paragraph (n)(i)See PQQ for further information.
Minimum level(s) of standards possibly required:
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number: 3 and maximum number 6
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
UAS/00095
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
2112201712:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
10.01.2018 тАУ 23:59
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The MoD is seeking Expressions of Interest, for an initial purchase of up to 14 Tethered Unmanned Air System(UAS).
The requirement is to supply equipment that can provide a persistent 360 degree situational awareness from anelevated position, with a minimum endurance of 12 hours.
Organic spares/repairs packs will also be required, along with a potential requirement to repair any equipmentreturned by the Authority as unserviceable and return it to serviceability. Items that have been deemed BeyondEconomic Repair and cannot be cannibalised will be disposed of in accordance with appropriate local legislationi.e. Waste Electrical & Electronic Equipment (WEEE) Regulations, 2013. Approved (ISO 14001 certification)disposal specialists must be used as required.
The MoD will require a Train the trainer (T3) training course to deliver user/maintainer training. This courseshould be in line with the Defence Systems Approach to Training (DSAT) standards. The course should be nolonger than 1 day in duration and held in the UK.
The contract is expected to commence in the March 2018 and run for 2 years, with the option to extend bothprocurement of additional UAS and the support services.
All interested suppliers must have ISO 9001 accreditation or equivalent.
Any winning company would be working on OFFICIAL SENSITIVE assets and would need to be BaselinePersonnel Security Standard (BPSS) checked.
Any COTS UAS supplied must not have built in functionally and their controlling software applications must notallow the collection of data relating to their use.
The contracting authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set outfor the procurement.The Authority reserves the right to amend any condition related to security of informationto reflect any changes in national law or government policy. If any contract documents are accompanied byinstructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves theright 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 aspects3 / 3to which any protective marking applies, or otherwise. You can find the information on the Government SecurityClassification on the Gov.uk website.
The Authority will be conducting an evaluation of all PQQs received to reduce the number of companies invitedto tender to a maximum of 6.
This requirement remains subject to funding and approvals clearance.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union(OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk
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 Youmust register on this site to respond, if you are already registered you will not need to register again, simply useyour existing username and password. Please note there is a password reminder link on the homepage.Suppliers must log in, go to your Response Manager and add the following Access Code: 2Y56KF9P23. Pleaseensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 10/01/2018 23:55. Please ensure that you allow yourself plentyof time when responding to this invite prior to the closing date and time, especially if you have been asked toupload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQтАЩs) or the UserGuides or contact the MOD DCO Helpdesk by emailing тАУ support@contracts.mod.uk or call 0800 282 324. GOReference: GO-20171213-DCB-11563096
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Combat Air, Unmanned Air Systems (UAS) Team
Bristol
United Kingdom
Body responsible for mediation procedures:
Ministry of Defence, Combat Air, Unmanned Air Systems (UAS) Team
Bristol
United Kingdom
VI.5) Date of dispatch of this notice:
12.12.2017

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy