Type of document: Contract Notice
Country: United Kingdom
UK-Bristol: System and support services.
Section I: Contracting Authority
Title: UK-Bristol: System and support services.
I.1)Name, Addresses And Contact Point(s)
Ministry of Defence, ISTAR, Joint Sensor and Engagement Networks Team (JSENS)
Yew 0B, Neighbourhood 1, MOD AbbeyWood, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067936263, Email: DESJSENS-Comrcl2-2@mod.gov.uk
Main Address:
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Land Environment Air Picture Provision (LEAPP)
II.1.2)Short description of the contract or purchase:
System and support services. The UK Ministry of Defence (MOD) is to replace the vehicle-based Land Environment Air Picture Provision (LEAPP) capability due to a change of operational use and current obsolescence issues. The LEAPP system provides air situational awareness to LAND HQs, creating a Local Air Picture (LAP) from G-AMB radars combined with the Recognised Air Picture (RAP) via Tactical Data Links (TDL). The MoD’s requirement for LEAPP to have a small form factor, which is essential to allow its continued deployment into LAND HQ’s.
The new small factor system must integrate Giraffe-AMB radars using an ASTERIX standard, a Link 16 Multifunctional Information Distribution System-Joint Tactical Radio System (MIDS-JTRS) tactical data link terminal and external systems using a Joint Range Extension Applications Protocol-C (JREAP-C) interface. The means to connect the Command and Control (C2) to multiple G-AMB’s via both wireless and wired links is required. The LEAPP requirement is for the provision of 5 sets, each comprising C2, Human Machine Interface (HMI), TDL and communication equipment. Each set should be provided in ruggedised cases allowing the system to be man-portable in its component form.
The required Initial Operating Capability (IOC) timeline of January 2022 needs COTS/MOTS candidate systems to already be at production standard, TRL7 or higher. Whilst MIDS-JTRS terminals are being procured separately by the MoD as Government Furnished Assets (GFA), the contractor will be required to provide MIDS-JTRS ancillaries and undertake system integration activities for TDL and G-AMB’s.
The Contract shall include the provision of 3 years in service support (and spares), to commence at the point of delivery and acceptance. An overall training package shall be included on the Contract, covering operation and maintenance of the system and train the trainer.
The Contract shall also include Options for additional support, equipment and training.
You must notify the Authority immediately of any potential Conflict of Interest (CoI) that may arise in relation to this potential requirement.
This is a low-end Category D procurement, the values provided within this Contract Notice are an estimate for indicative purposes. It is currently unfunded and as such any effort expended in responding to this Contract Notice and DPQQ is at the Companies own risk.
II.1.3)Common procurement vocabulary:
72250000 – System and support services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice):
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: JSENS/00149
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2020 – 234842
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 13/03/2020
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
Place of text to be modified: II.2
Instead of: 10,000,000
Read: 20,000,000
VI.3.4)Dates to be corrected in the original notice: Not Provided
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.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 instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right 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 aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
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
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is MODERATE (Reference RAR-KT3S9N2C)
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
You must register on this site to respond, if you are already registered you will not need to register again, simply use your 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: WJDM9Z2S6R.
VI.5)Date of dispatch: 13/03/2020