CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-010591/EN)
Nature of contract:
Procedure: Not applicable

Contract notice

Section I: Contracting authority
I.1) Name addresses and contact point(s):
Battlefield Tactical Communications Systems, Stategic Command, Defence Digital, Ministry of Defence
MOD Corsham, F3 Building 405, Westwells Road
Corsham
Postal code: SN13 9NR
United Kingdom
For the attention of: Collins Chris
Email: Chris.Collins446@mod.gov.uk
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:
TRINITY Design and SI Competition – The Authority will procure a Design and System Integration Delivery (DSID) partner for a maximum of 9 years (5+2+1+1), covering the development of a through life detailed technical design for a deployable WAN to suit portable and military vehicle variants. The contract scope will also include the management of changes to the designs, service management, system integration activities to deliver an operable system, and the possible supply of some or all of the components required to provide the capability for each of the variants. The appointed Contractor will be required to produce system and sub-system designs for the operation of the Deployable WAN capability, and also provide an operating system.
At the Authority’s discretion, the Contractor will either supply some or all of the components in accordance with the approved designs. Any components not supplied by the Contractor will be procured by the Authority via a second procurement stage, at the end of the design phase.
Upon delivery of the components the DSID Contractor will integrate all variants into an operable solution. The DSID Contractor will then provide an on-going service to evolve the solution as new technology is identified, or changes are requested by users.
The scope of the contract will also include the provision of a System Design Authority Service and Service Management activities, and the possibility for the Authority to procure resource on a call off basis for the completion of additional tasks supporting the Trinity programme This procurement is exempt from the application of the Public Contracts Regulations 2015 (PCR) and the Defence and Security Public Contracts Regulations 2011 (DSPCR) pursuant to Regulation 7(1)(a) of the DSPCR in order to protect the essential security interests of the UK.  The obligations, rights and remedies under the PCR and/or DSPCR therefore do not apply to this procurement.
The Authority reserves the right to incorporate a Security Aspects Letter into the contract, in addition to other security related Terms and Conditions. The Authority also reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific proactive markings given, the aspects to which any protective marking applies or otherwise.
Those suppliers which are successfully down selected should have List X or Provisional List X status by Contract Award. The Authority reserves the right not to take forward any Applicants who do not hold List X or Provisional List X status by the point of Contract Award.
Please note the estimated contract value stated in this DCN covers the initial 5 year contract period plus all possible extensions, and the possible supply of the components

II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 3: Air transport services of passengers and freight, except transport of mail
Main site or location of works, place of delivery or of performance: MOD Corsham and Contractor premises.
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:TRINITY Design and SI Competition
II.1.6) Common procurement vocabulary (CPV): 72000000, 32430000,
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 Design and System Integration of a Deployment Wide Area Network Capability for the UK Armed Forces, and the possible supply of the components.
Estimated value excluding VAT:
330000000 GBP
II.2.2) Information about options:
Options: yes
The Contract will include an option for the Authority to procure some, or all, of the components required to deliver the TRINITY Deployable WAN Capability. The estimated value is £195M.
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals: 003
II.3) Duration of the contract or time limit for completion
Duration in months: 108 (from the award of the contract)

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Parent Company Guarantee is required.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Contract to be awarded under the laws of England.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
– Browse to the eSourcing Portal
– Click the “Click here to register” link
– Accept the terms and conditions and click “continue”
– Enter your correct business and user details
– Note the username you chose and click “Save” when complete
– You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
– Login to the portal with the username/password
– Click the “PQQs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier)
– Click on the relevant PQQ to access the content.
– Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
– This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
– Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
– You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
– You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
– Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
– There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.

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:
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
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators:06
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
701550462
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
11.6.2021 – 12:00
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 Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
VI.4) Procedures for appeal
VI.5) Date of dispatch of this notice:
13.5.2021

RELATED ARTICLES

May 21, 2025

Replacement Secondary Submarine Radar and Support - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: Replacement Secondary Submarine Radar and Support 2. Awarding Authority: Ministry of Defence Defence Equipment &

May 19, 2025

Uxbridge Roofing

Type of document: Contract Notice Country: United Kingdom 1. Title: Uxbridge Roofing 2. Awarding Authority: VIVO DEFENCE SERVICES LIMITED First Floor NEWCASTLE-UPON-TYNE England NE128EX Contact: Email: Billableworks@vivodefence.com Phone: 01480 456654 URL: 3. Contract