Unmanned Air Systems in Urban Environments – Ministry of Defence
PQQ Stage. Lot 1: Urban-optimised UAS (platform systems).
United Kingdom-Salisbury: Military research and technology
2020/S 182-440961
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Official name: Ministry of Defence, Defence and Security Accelerator (DASA), Defence Science and Technology Laboratory (DSTL) and Defence Equipment and Support (DE&S)
Postal address: GO1, Building 5, Porton Down
Town: Salisbury
Postal code: SP4 0JQ
Country: United Kingdom
Contact person: Rachel Solomans
E-mail: accelerator@dstl.gov.uk
Telephone: +44 1980955933
Internet address(es):
General address of the contracting authority/entity: https://www.gov.uk/government/organisations/defence-and-security-accelerator
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 14: Research and development services [2] and evaluation tests
Main site or location of works, place of delivery or of performance: Gloucestershire, Wiltshire and Bristol/Bath area.
NUTS code UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 2
Justification for a framework agreement, the duration of which exceeds seven years:
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 870 000 and 4 500 000 GBP
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 Military research and technology
II.1.7)Information about subcontracting
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
To 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.
Estimated value excluding VAT:
Range: between 870 000 and 4 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1 Lot title: 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 Military research and technology
3)Quantity or scope
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.
Lot No: 2 Lot title: 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 Military research and technology
3)Quantity or scope
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.
Lot No: 3 Lot title: 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 Military research and technology
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.
Estimated value excluding VAT: 1 GBP
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.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees 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:
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, in particular with regard to security of supply and security of information:
III.1.5)Information about security clearance:
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.
Please see following link for details: https://www.gov.uk/government/publications/unmanned-air-systems-in-urban-environments-pre-qualification
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
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
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:
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.4.1)Body responsible for appeal procedures
Official name: Defence and Security Accelerator (DASA), Defence Science and Technology Laboratory (DSTL) and Defence Equipment and Support (DE&S)
Postal address: GO1, Building 5, Porton Down
Town: Salisbury
Postal code: SP4 0JQ
Country: United Kingdom
E-mail: accelerator@dstl.gov.uk
Telephone: +44 1980950000
Body responsible for mediation procedures
Official name: Defence and Security Accelerator (DASA), Defence Science and Technology Laboratory (DSTL) and Defence Equipment and Support (DE&S)
Postal address: GO1, Building 5, Porton Down
Town: Salisbury
Postal code: SP4 0JQ
Country: United Kingdom
E-mail: accelerator@dstl.gov.uk
Telephone: +44 1980950000
VI.4.3)Service from which information about the lodging of appeals may be obtained
Official name: Defence and Security Accelerator (DASA), Defence Science and Technology Laboratory (DSTL) and Defence Equipment and Support (DE&S)
Postal address: GO1, Building 5, Porton Down
Town: Salisbury
Postal code: SP4 0JQ
Country: United Kingdom
E-mail: accelerator@dstl.gov.uk
Telephone: +44 1980950000
Internet address: https://www.gov.uk/government/organisations/defence-and-security-accelerator
VI.5)Date of dispatch of this notice: