Tender Summary

Connectivity of Disparate Remote Autonomous Systems Framework Re-opening No.2

Buying Organisation

Ministry of Defence

Contract Value

£60,000,000

Tender Description

Information about the Framework: Contract Number 701575556 'Connectivity of Disparate Remote Autonomous Systems' is already awarded to a number of Framework participants as a result of the original competition & Framework Re-opening No.1. The Authority is re-opening this multi-supplier Framework (the MDIS Project) for a 2nd time as previously notified in the first Contract Notice & the Framework Terms & Conditions, using the same procedure, criteria, terms & conditions as per the original competition. This is intended to be repeated on a twice-yearly basis & those companies already participating in the existing Framework (Reference 701575556) who entered at previous opportunities do not need to re-apply. For admin purposes this is done via a new DSP Project reference but any new entrants successfully passing the PQQ & being successful at the subsequent Invitation to Tender (ITT) will, in effect, be awarded a place under the existing Framework 701575556. This new Contract Notice is seeking new applicants only, & they must respond to the attached Pre-Qualification Questionnaire (PQQ), & if successful, they must then respond to an ITT when this is subsequently released. If successful at the ITT stage they will be awarded a Framework place. As with all Frameworks there is no guarantee of tasking opportunities or any level of throughput.
Process: The Authority intends to shorten the timescales for this tendering process to be completed, therefore only the PQQ will run for the required minimum time period of 30 days. For those companies successfully passing the PQQ stage & then invited to tender, the ITT submission deadline will be shorter (est 22 days) as there are no requirements for pricing or fully developed bid responses; there will be a requirement for mandatory compliance elements & a Technical White Paper for each Lot you are bidding to enter (outline Lot descriptions below; these are given to enable advance preparation of Technical White Paper submissions in these areas). The Framework Terms & Conditions are based on Standardised Contract 2 & will therefore be familiar to many bidders (potential bidders should note that DEFCON 703 applies to all tasks under the Framework).
The Authority cannot undertake to admit to the Framework any company that fails to complete or provide the mandatory elements of the tendering process at each stage of the competition. Every potential bidder should pay particular attention to Cyber security requirements and ensure they meet the mandatory compliance levels indicated. The Cyber Risk Profile of the Framework Contract is VERY LOW, RAR 421319428 as defined in Def Stan 05-138 (but this is reviewed for individual task requirements and may be higher).
As with any multi-supplier Framework, maintenance of up to date Points of Contact (PoC) for each participating company is essential; you are required to provide your main commercial PoC and an alternative PoC to cover any absences. You are required to keep these PoCs up to date and inform the Authority as soon as any PoC changes. The onus is on Framework participants to maintain their contact details and the Authority is under no obligation to use any other means to make contact in addition to the contact details given which must include the full postal address of the participating company (the site at which any resultant contract would be performed), the name, phone number and email addresses of each PoC and forwarding email addresses in the case of absence.) Failure to maintain, update and notify the Authority of changes to PoCs may result in your inability to participate in mini-competitions and Industry events. The Defence Sourcing Portal has a facility for these updates and this should be used, but notification separately to the Authoritys named Commercial Officer is also required.
The Requirement: The Authority has a developing requirement for the creation or adoption of a set of common standards and/or architecture for interfaces, data transfer and data management that can be used both for upgrades to legacy systems and future procurement to enable swift and simple interoperation of systems.
It is expected that the work will involve experimentation and demonstrations of multi-domain integrated systems which may include autonomous and swarming technologies. The aims are broad and inclusive, and the Authority is seeking engagement from all areas of the industrial marketplace with relevant contributions to make.
This requirement is considered to be particularly suitable for SMEs. The contractual mechanism is a multi-supplier framework, with designated Lots for each technical specialism as well as Lots for more general supporting services, as described in this CN. Potential bidders are invited to register their interest in receiving an Invitation to Tender to join the framework by first completing the associated PQQ.
The Authority intends to invite all eligible companies who pass the PQQ to tender for the Framework. Note that while there is no down-selection to any specific numbers of bidders at this stage, only companies who can demonstrate relevance to the subject matter of the Lots within the Framework through their previous or existing portfolio of work (of which examples are requested via the PQQ) will pass the PQQ and be considered eligible to receive an Invitation to Tender at the next stage of the competition. Potential bidders may bid to join a single Lot or multiple Lots.
As with any framework, whilst there can be no guarantee of any particular quantity of work being put through it, the Authority intends to conduct further mini-competitions to select successful framework contractors or collaborative teams of framework contractors within individual Lots or across a number of Lots in any combination, and expects that the work will be conducted progressively giving ongoing opportunities to many of the framework participants.
The Lots include, but may not be limited to, the following subject matter themes:
Autonomous Platforms and Payload Integration
Data Management and Fusion
Machine Tasking and Decision Making
System of System (SoS) Management, Integration and Implementation
Comms Bearers, Network Architecture & Services
Customer Advisory Network (may include but not be limited to sub-Lots e.g. assurance, operationalisation, third party security testing, testing and evaluation).
Whilst the Framework has been operating since early 2022, and any new joiners at this stage may feel that much has already been achieved or is already in train at the point of 2nd re-opening, this is certainly true, however, although there is a current set of Tasks already underway that new joiners cannot compete for, it is anticipated that more related tasks will emerge as a result of the existing work, and the Authority, while unable to commit to any level or type of opportunity in the future, views the subsequent period of activity as particularly exciting and would welcome eligible new joiners to take part in the further development of the MDIS Project outcomes. Of course it will still be open to any new joiners to team with existing Framework members if successful in this ITT, and it is possible to enter into subcontract relationships with existing Framework members if that is considered beneficial to interested companies (the Authority cannot provide any assistance in this regard).
The Authority expects that few single suppliers will be capable of taking on the breadth and scope of each piece of work and therefore collaboration will be required between suppliers in a competitive environment (collaborative team bids will be encouraged for mini-competitions). There is no prime contractor.
A Community of Interest for all framework participants will be established through which Working Groups will be held, led by the Authority, to analyse and propose next steps or further specific areas of interest under the Lotted themes. All framework participants will be required to contribute to the Working Groups according to their specialism. Feedback from the WG will be given to the Community of Interest (subject to security considerations). Intellectual Property generated under the framework taskings and its Community of Interest will be owned by the Authority under DEFCON 703.
NB: The Authority must ensure that where access is required to classified information in the course of any tasking or Working Group activity, then this access will only be granted to framework participants with suitable security clearance in place at the time a task is raised. Whilst a particular level of security clearance is not essential for initial entry to the framework following the Invitation to Tender process, the Authority reserves the right to refuse inclusion of any framework participant who does not possess the required clearance level at the time a mini-competition for a task is initiated or a classified Working Group is scheduled.

Tender categories (products & services required)

Military research and technology (CPV 73410000)

Region

United Kingdom (UK)

Buyer Information

Ministry of Defence

  Further information on this tender from Ministry of Defence when you create a FREE Account

Other tenders you might like

You have more tenders waiting!

View all of your tenders, see forthcoming opportunities, access data/reports.