RAPTOR NITF Converter Procurement and Support
The procurement and support of euipment to ingest RAW STANAG 7023 data from RAPTOR pod Removal Memory Modules (RMM) and output imagery in NITF 2.1 format.
United Kingdom-Kings Lynn: Miscellaneous software development services and computer systems
2015/S 057-100696
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Combat Air
Hangar 2 F/6, RAF Marham
Contact point(s): DE&S FAST Commercial
For the attention of: David Wallington
PE33 9NP Kings Lynn
UNITED KINGDOM
Telephone: +44 1760337261-5312
E-mail: desfast-comrcl-2a3@mod.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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities/entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 26: Other services
NUTS code UKH13
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
72212900
II.1.8)Lots
II.2.1)Total quantity or scope:
Hardware Requirements.
1. The RNC is to be a deployable ruggedised MOD security accredited (SECRET UKEO) Windows 7 based system with the capability to connect via Ethernet to an existing exploitation LAN system.
Software Requirements.
2. The ability to customise NITF 2.1 security leader information as per MIL-STD-2500B (NITF 2.1) prior to translation from RAW STANAG 7023 data to NITF 2.1, the RNC shall prompt the operator to edit selected NITF Header Field content. The translated imagery should be viewable on the RNC using a NITF Viewer.
3. The ability to erase mission data on RMM and prepare for next mission.
Initial Support Requirements.
4. Provide Operator, Maintainer and Safety Case documentation and for the RNC.
5. The ability to provide an initial training course.
In Service Support Requirements.
6. Provide support contract for RNC COTS components.
7. Provide engineering support and PDS until 31.3.2019 for the RNC system support including 2hr On Call Support at RAF Marham during working hours (8:00 to 17:00 Mon to Fri).
International Traffic in Arms Regulations (ITAR) Requirements
8. The ability to be included in a Technical Assistance Agreement to allow access to data to tender and deliver the contract.
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.2.1)Personal situation
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.
Section IV: Procedure
IV.1.1)Type of 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: As detailed within the Pre-Qualification Questionnaire.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 158-284958 of 20.8.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available atwww.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.
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.
https://www.gov.uk/government/publications/government-security-classifications
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.
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 information and/or documents for this opportunity are available on http://www.contracts.mod.uk/delta. 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: 8HRPAS5YF4. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 27.4.2015 17:00. Please ensure that you allow yourself plenty of time when responding to this invite 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 call +44 800 282 324.
PQQ Evaluation Weightings (Note: any sections not listed below are unweighed).
Part 1: Form A: Organisation and Contact Details.
Consortia and Sub-contracting: 5 (5.00 %).
For completion by non-UK business only: 2 (2.00 %).
Part 1: Form D: Economic and Financial Standing.
Financial Information: 5 (5.00 %).
Part 1: Form E: Technical and Professional Ability.
Experience and Contract Examples: 20 (20.00 %).
Experience and Contract Examples: 10 (10.00 %).
Electronic Trading: 1 (1.00 %).
Part 2: Form F: Project Questions.
Project Related Questions: 10 (10.00 %).
Additional Questions for Technical and Professional Capability: 40 (40.00 %).
Part 2: Form G: Defence and Security Questions.
Security Information (1): 3 (3.00 %).
Security Information (2): 3 (3.00 %).
Signature – Form completed by: 1 (1.00 %).
The scoring matrix used for the weighted questions is as follows:
0 — No Answer;
1 — Poor;
2 — Satisfactory;
3 — Good;
4 — Very good;
5 — Excellent;
Minimum score required for the following weighted questions:
Part 1: Form E: Technical and Professional Ability = 3
Part 2: Form F: Project Questions=3 GO Reference: GO-2015318-DCB-6447238.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Combat Air
FAST Air Support Team, DE&S, Mailpoint #1128, Walnut 1a, MOD Abbeywood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: desfast-comrcl4@mod.uk
Body responsible for mediation procedures
Ministry of Defence, Combat Air
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Combat Air
VI.5)Date of dispatch of this notice: