CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Ministry of Defence, Defence and Security Accelerator (DASA), Defence Science and Technology Laboratory (DSTL) and Defence Equipment and Support (DE&S) |
GO1, Building 5, Porton Down |
Salisbury |
SP4 0JQ |
UK |
Rachel Solomans
|
+44 1980955933 |
accelerator@dstl.gov.uk |
|
https://www.gov.uk/government/organisations/defence-and-security-accelerator
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityUnmanned Air Systems in Urban Environments PQQ Stage |
II.1.2)
|
Type of service contract14Main site or location of works, place of delivery or performance
Gloucestershire, Wiltshire and Bristol/Bath area. UKK1 |
II.1.3)
|
Information on framework agreement
 |
|
|
II.1.4)
|
Information on framework agreement (if applicable)
 |
|
 |
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement2 |
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement870 0004 500 000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Military Research and Technology. Defence and Security Accelerator (DASA) and Defence Equipment and Security (DE&S) have a joint requirement for innovative technologies that enable an Unmanned Air System (UAS) that will deliver tactical advantage and reduce threat to life for service personnel conducting operations in urban environments by the carrying of an integrated lethal payload which can be placed under human control.
Before submitting a proposal, suppliers must complete a PQQ, please follow the link provided: https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification.
The framework will comprise three Lots and two phases the first phase will be managed by DASA the second phase where taskings are conducted will be managed by DE&S;
• Lot 1: Urban-optimised UAS (platform systems).
This lot is focused on providing a robust cost-effective platform element of an armed UAS system. DASA are looking for a UAS platform that has the potential to be integrated and demonstrated as a full system in a representative urban test environment.
• Lot 2: Lethal payloads under human control (payload systems).
This lot is focused on providing a lethal payload that could be integrated with a UAS platform, as outlined in lot 1.
• Lot 3: Urban-optimised UAS with lethal payloads under human control (fully-integrated systems).
This lot is focused on providing a robust cost-effective platform with an integrated lethal payload, demonstrating a full armed UAS system.
In completing the requirements of this advert, successful applicants will be invited to join the framework.
Until such as a time as tenderers are formally and separately invited to submit bids for the lots, no tenders for the lots will be considered.
Joining the framework will enable the framework contractors to receive headline results from the second phase taskings irrespective of whether their products were directly involved. Proprietary information will not be shared without prior consent of the relevant companies.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73410000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
 |
|
 |
|
 |
|
 |
|
 |
|
|
II.1.8)
|
Division into lots Yes
 |
|
 |
|
 |
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeTo complete the requirements of this advert please see the following link: https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification. |
|
870 0004 500 000 GBP |
II.2.2)
|
Information about options |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Not applicable.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Payment follows delivery and acceptance of reports.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers 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 to which the performance of the contract is subject
‘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 protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.
|
III.1.5)
|
Information about security clearance
12-02-2021
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation
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 http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
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.
Please see following link for details: https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification
|
III.2.2)
|
Economic and financial standing
|
III.2.3)
|
Technical and/or professional capacity
|
III.2.4)
|
Reserved contracts
 |
|
 |
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? No |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
 |
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
FCG/016
|
IV.3.2)
|
Previous publication(s) concerning the same contract
 |
|
 |
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for requests to participate 15-10-2020
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
Section VI: Complimentary Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community 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.
https://www.gov.uk/government/publications/government-security-classifications
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
This requirement has been assessed as having a Cyber Risk Level of Very Low and as such, suppliers must create an account to submit a Supplier Assurance Questionnaire (SAQ) at https://supplier-cyber-protection.service.gov.uk/. The Risk Assessment Reference (RAR) code for this requirement is RAR-FKK58YP9” GO Reference: GO-2020915-DCB-17080740
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Defence and Security Accelerator (DASA), Defence Science and Technology Laboratory (DSTL) and Defence Equipment and Support (DE&S) |
GO1, Building 5, Porton Down |
Salisbury |
SP4 0JQ |
UK |
accelerator@dstl.gov.uk |
+44 1980950000 |
|
|
|
|
|
Body responsible for mediation procedures
Defence and Security Accelerator (DASA), Defence Science and Technology Laboratory (DSTL) and Defence Equipment and Support (DE&S) |
GO1, Building 5, Porton Down |
Salisbury |
SP4 0JQ |
UK |
accelerator@dstl.gov.uk |
+44 1980950000 |
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Defence and Security Accelerator (DASA), Defence Science and Technology Laboratory (DSTL) and Defence Equipment and Support (DE&S) |
GO1, Building 5, Porton Down |
Salisbury |
SP4 0JQ |
UK |
accelerator@dstl.gov.uk |
+44 1980950000 |
https://www.gov.uk/government/organisations/defence-and-security-accelerator |
|
|
VI.5)
|
Dispatch date of this Notice 15-09-2020 |
|
ANNEX B
Information About Lots
|
| 1
Urban-optimised UAS (when formally invited to do so, tenderers will be able to bid for this challenge) |
1)
|
Short Description
For information purposes only- do not submit a tender for this lot. Invitations to tender for this lot will be provided to companies who meet the requirements of this advert. A draft version of the specification is available at https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73410000 |
|
|
|
|
|
3)
|
Quantity or scope
Demonstration of a UAS with an all-up mass of 10 kg, suitable for flying in an urban combat environment with a flight time of a 20 minutes minimum and provides options to mount different payloads of 1.5 kg. The UAS must provide the operator with ‘human-in-the-loop’ interaction when making the final decision on payload activation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
These lots are an overview of the Unmanned Air Systems in Urban Environments requirements. No tenders will be considered for individual lots until tenderers are formally invited to submit proposals following successful completion of the requirements of this advert. For further details and to respond to this advert please see https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification.
|
ANNEX B
Information About Lots
|
| 2
Lethal payloads under human control (when formally invited to do so, tenderers will be able to bid for this challenge) |
1)
|
Short Description
For information purposes only- do not submit a tender for this lot. Invitations to tender for this lot will be provided to companies who meet the requirements of this advert. A draft version of the specification is available at https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73410000 |
|
|
|
|
|
3)
|
Quantity or scope
Demonstration of a payload of 1.5 kg which delivers lethal force out to 12 m, preferably without destruction of the platform, which can integrate with UAS platform(s) of 10kg and can be placed under human control through a ‘human-in-the-loop’ interaction when making the final decision on payload activation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
These lots are an overview of the Unmanned Air Systems in Urban Environments requirements. No tenders will be considered for individual lots until tenderers are formally invited to submit proposals following successful completion of the requirements of this advert. For further details and to respond to this advert please see https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification.
|
ANNEX B
Information About Lots
|
| 3
Urban-optimised UAS with lethal payloads under human control (when formally invited to do so, tenderers will be able to bid for this challenge) |
1)
|
Short Description
For information purposes only- do not submit a tender for this lot. Invitations to tender for this lot will be provided to companies who meet the requirements of this advert. A draft version of the specification is available at https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73410000 |
|
|
|
|
|
3)
|
Quantity or scope
This lot will be open for tenderers who can provide an integrated or part- integrated UAS and payload system. For further detail please see the following link: https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification.
1
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
These lots are an overview of the Unmanned Air Systems in Urban Environments requirements. No tenders will be considered for individual Lots until tenderers are formally invited to submit proposals following successful completion of the requirements of this advert. For further details and to respond to this advert please see https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification.
|
|