Communications Research for DSTL
C4ISR – Secure Information Infrastructure and Services (CSIIS). Provision of research in Command Control, Communications, Computing, Intelligence, Surveillance and Reconnaissance.
2013/S 106-182201
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
DSTL
Porton Down
For the attention of: Jacky Pude
SP4 0JQ Salisbury
UNITED KINGDOM
Telephone: +44 1980658117
E-mail: jmpude@dstl.gov.uk
Fax: +44 1980658400
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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
DSTL, DE&S
Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
DSTL, DE&S
Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
Section II: Object of the contract
Service category No 14: Research and development services [2] and evaluation tests
NUTS code UKK
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 20 000 000 and 100 000 000 GBP
MOD intends to seek a Prime Contractor for management and delivery of research including effective links across industry, academia and the SME supply chain.
The Prime contract mechanism should allow the supply base to be refreshed throughout the contract lifespan. The prime should facilitate access to innovative solutions and robust technical advice. MoD requires rapid response including Urgent Operational Requirements. In addition to the C4ISR area, this research will also support activities within the Land, Air, Maritime, Space and Cyber domains. Support maybe required to MOD policy and initiatives for interoperability with the US, NATO and wider international collaboration partners.
CSIIS research forms a major component of the C4ISR research and will support the following strands, spanning the physical/infrastructure to the cognitive/social levels, cognisant of the Defence Information Reference Model:
— Communications/Networks:
This strand will investigate and demonstrate options to support a continuously evolving single logical, reconfigurable, resilient information infrastructure (national and coalition) across deployed, fixed and mobile elements; enabling collaboration among Communities of Interest in executing Defence business processes.
— Information Assurance:
This strand will investigate and demonstrate policy and technology options for protecting information covering all levels of confidentiality, integrity and availability. This will enable secure information exchange and collaborative working within and between the differing security domains of the UK Government, MOD and coalition partners.
— Knowledge and Information Management:
This strand will investigate and demonstrate options supporting timely, context-relevant, evidence-based indicators, warnings and advice, with an assessment of confidence, in order to inform the formulation of actions that support decision-making at all levels in the context of a Single Information Environment.
Integration/fusion
The above strands cannot be considered individually, but as a whole against the following dimensions of the military environment:
— Command Levels – the research should be applicable across all command levels from Strategic to Lower-tactical. It should also consider the issues that arise in collaboration and information sharing between command levels.
— Environments – the research should be applicable across all military environments, including the three services but also the more recent environments such as cyber and space. The research should address issues arising from the need for collaboration and information sharing between environments.
— Information layers – the research should be applicable across all of the information layers, from the Cognitive and Business perspectives at the top of the stack to the network and communication layers at the bottom. This particularly applies to the issue of how to “optimise” Information Management / Information Exchange (IM/IX) which is dependent on a cross levels approach being taken.
— Mission Configurable and Open Systems – the research needs to be applicable against the default deployed operational environment of mission configurable, able to provide layers of assured access across coalition members at various levels of trust, including OGDs and NGOs. Similarly, this needs to be founded upon the government and defence drive to adopt open systems architectures to enable greater efficiency and flexibility in the evolution and development of capabilities from a wide set of suppliers, without the disadvantages of vendor lock in.
— This work should also support the development of target architectures for C4ISR.
73110000
It is anticipated that a Prime contractor will be appointed to manage a research programme (and associated risks) that will in turn develop appropriate contracting and delivery mechanisms to ensure that individual research sub-contracts are managed and delivered to time, cost and quality standards and meet customer and stakeholder requirements. It is expected that the Prime will compete the appointments for the research strand leads via sub-contracts.
The appointed supplier will:
— Formulate with MOD stakeholders an innovative and challenging programme of research, with jointly agreed exploitation points between stakeholders and suppliers, which maximises gearing from Government, Industry and Academic Partners, in response to MOD requirements.
— Identify (and subsequently manage) Suppliers, Contractors, Information Providers and Subject Matter Experts who can contribute to conducting and delivering an agreed work programme, whilst maintaining agility to respond to urgent MOD requirements throughout the contracting period.
Following the completion of the PQQ responses, those organisations/partnerships deemed to meet MOD requirements (as Primes) will be issued with an Invitation to Tender, outlining specific requirements and detail required to respond. Tenders will be assessed and awarded against a weighting criteria of Technical 70 % and Commercial 30 %. Full details will be outlined within the ITT document. A bidders conference may be held once the ITT has been issued.
It is anticipated that contracts will be in place for a programme start date of late Autumn 2013. It is proposed that the contract duration will be three years from Contract award, with an option to extend for a further three years at the direction of the Authority.
Estimated value excluding VAT:
Range: between 20 000 000 and 100 000 000 GBP
Description of these options: There will be an option to extend for up to 3 years.
Section III: Legal, economic, financial and technical information
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 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.
Applicants will be assessed in accordance with the information provided in a PQQ.
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: The proof that is required to demonstrate the necessary technical capacity and capability will be detailed in the PQQ.
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
Will be detailed in the PQQ.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The Contracting Authority will use a PQQ to down select an appropriate number of operators to proceed to Invitation to Tender stage. Those organisation wishing to express an interest to be the Prime Contractor shall email: jmpude@dstl.gov.uk by 17:00 hrs on 1.7.2013.
The most economically advantageous tender in terms of the criteria stated below
1. Technical. Weighting 70
2. Commercial. Weighting 30
Notice on a buyer profile
Notice number in the OJEU: 2013/S 63-105581 of 29.3.2013
Section VI: Complementary 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, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk
The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
The Contracting Authority shall include all units and establishments of the UK Ministry of Defence and any other UK government department or contracting authority.
Organisations interested in acting as a supply chain member should note that subcontract opportunities are published using the DCO and www.contracts.mod.uk
Potential supply chain members may also contact the Authority in order to obtain and complete a Supplier Capability form which will be considered and passed to the successful Prime at the Authority’s discretion.
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 GO Reference: GO-2013531-DCB-4844673.
DSTL, DSTL
VI.5)Date of dispatch of this notice:31.5.2013