CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

OTHER-

January 17, 2021

Watch Webinar

 

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-000798/EN)
Nature of contract:
Procedure: Not applicable
Regulation of procurement: Not applicable

Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Land Equipment, Armoured Vehicles Programmes – Artillery Systems Programme
Cedar 2c #3260, MOD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Janet Ellis
Phone: +44 3067939054
Email: Janet.Ellis900@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: The above mentioned contact point(s)
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: Dismounted Joint Fires Integrator (D-JFI)
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: Bristol, City of
Nuts code: UKK11
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:
Intelligence, Surveillance, Target Acquisition and Reconnaissance. The Artillery Systems Team, part of DE&S, ran a Competitive Negotiated Procedure under Regulation 18 of the Defence and Security Public Contract Regulations 2011 for the D-JFI Requirement.
The Army HQ Single Statement of User Need (SSUN) that DJFI will deliver against is: “The User shall be able to generate and communicate target information from a dismounted configuration to effector systems for integrate employment of joint precision and non-precision fires to achieve tactical success.”
The main Users are dismounted Fire Support Teams (FST) and Joint Terminal Attack Controllers (JTAC).
D-JFI is a Category B equipment procurement project, taking into account the through-life costs.
In issuing this Contract Notice and engaging with the Market, the Authority is not committing to carrying out any procurement in relation the requirement. If third parties are interested in engaging with the Authority in relation to the requirements they must do so without sharing information that is protected by copyright or patents.
As per the Defence Contract Notice and OJEU advert dated 16th December 2016, the Authority presented the D-JFI requirement to the market at an Industry Briefing Day on 17th January 2017 at Larkhill.

II.1.6) Common procurement vocabulary (CPV): 35720000,
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:
The Prime Integrator will be required to provide around 377 D-JFI systems in four configurations with three years associated support.
These figures are based upon the Land Fleet Requirement as stated in the Initial Gate Business Case and are currently under review and the final figures will be included in the Invitation to Negotiate.
It is expected that irrevocable contractual options may be required for support starting in 2022.
The scaling of support may vary through the life of the contract.
Estimated value excluding VAT:
Range: between 100000000 and 150000000 GBP
II.2.2) Information about options:
Options: no
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals: 2
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:

Deposits and guarantees may be required

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Financing restrictions apply

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Bidders must have a specified legal form

III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions:
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.

Information about security clearance:
At this stage, no requirement has been identified during the tendering process for security clearance to be obtained by tenderers, but the winning tenderers and elements of the supply chain will be required to hold valid security clearance at contract award. Interested parties are advised that the process for obtain security clearance can take several months.

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
Candidates 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 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 operator’s personal situation may be considered.

III.2.2) Economic and financial ability

(a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance
Economic restrictions apply.

Minimum level(s) of standards possibly required:

(a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance
Economic restrictions apply.

III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator’s educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator’s managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract
(h) 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
(j) 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
(m) 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
(n) 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
Miscellaneous restrictions apply.

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
Negotiated
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators:7
Objective criteria for choosing the limited number of candidates:

A Dynamic Pre-Qualification Questionnaire (DPQQ) will be issued with criteria for down-selection.

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
ARTYSYS/00260
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

15
1
2021
17:00

Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
24.1.2021 – 17:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
26.1.2021
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 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
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: 98G6988594.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2021114-DCB-17639950
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Land Equipment, Armoured Vehicles Programmes – Artillery Systems Programme
Cedar 2c #3260, MOD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067939054
Email: Janet.Ellis900@mod.gov.uk
Body responsible for mediation procedures:
Ministry of Defence, Land Equipment, Armoured Vehicles Programmes – Artillery Systems Programme
Cedar 2c #3260, MOD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067939054
Email: Janet.Ellis900@mod.gov.uk
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Land Equipment, Armoured Vehicles Programmes – Artillery Systems Programme
Cedar 2c #3260, MOD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067939054
Email: Janet.Ellis900@mod.gov.uk
VI.5) Date of dispatch of this notice:
14.1.2021


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 24, 2024

United Kingdom-Telford: The Repair of Coolant Line Replacement Units and Associated Items

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-013120/EN) Nature of contract: Service contract Procedure: Negotiated without a call for competition Type

April 24, 2024

United Kingdom-Portsmouth: Pre-Entry Medical Assessment Services For the Royal Navy, Royal Marines and Reserves

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-013197/EN) Nature of contract: Service contract Procedure: Open procedure Type of bid required: Global