Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Ангильи


Remote Sensor Network (Ангилья - Тендер #43259063)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Ангилья (другие тендеры и закупки Ангилья)
Организатор тендера: Sell2Wales – Government´s Initiative
Номер конкурса: 43259063
Дата публикации: 30-06-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
Section I: Contracting Authority
I.1) Name, Address and Contact Point(s)
Official Name:
Ministry of Defence
Postal Address:
Rowan 2c Mailpoint 410
Town:
Bristol
Postal Code:
BS34 8JH
Country:
UK
For the attention of:
Macsadjo Princess
Telephone:
E-Mail:
princess.macsadjo100@mod.gov.uk
Fax:
General Address of the contracting authority (URL)

Address of the Buyers Profile (URL)

Further information can be obtained at: As in above mentioned contact point(s)
Other: Please complete Annex A.I
Specifications and further documents can be obtained at: As in above mentioned contact point(s)
Other: Please complete Annex A.II
Tenders or requests to participate must be sent to: As in above mentioned contact point(s)
Other: Please complete Annex A.III
I.2) Type of contracting Authority and Main Activity or Activities
Ministry or any other national or federal authority, including their regional or local sub-divisions
National or federal agency/Office
Regional or local Authority
Regional or local Agency/Office
Body governed by public law
European Institution/Agency or International Organisation
General public services
Defence
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the Contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authorityRemote Sensor Network
II.1.2) Type of supplies contract
Purchase
Rent
Lease
Hire-purchase
Combination of these
Main site or location of works, place of delivery or performance

Bristol


NUTS Code UK
II.1.3) Information on framework agreement
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement (if applicable)
Framework agreement with a single operators
Framework agreement with several operators
Number of participants to the framework agreement envisaged
Duration of the framework agreementPeriod in year(s): 7
Justification for a framework agreement the duration of which exceeds seven years
Estimated total value of purchases for the entire duration of the framework agreementEstimated value excluding VAT: 18000000.00 Currency: GBP
Frequency and value of the contracts to be awarded
II.1.5) Short description of the contract or purchase(s)

DE&S Specialist Explosive Ordnance Disposal & Search (EOD&S), Exploitation and Countermeasure (SEEC) team, part of the UK Ministry of Defence (The Authority) intends to competitively assess, select and award a contract to a prime contractor for the development and integration of multiple aspect remote sensors and their associated networks (RSN) in the field of Chemical, Biological, Radiological, Nuclear, Explosive (CBRNe). To include but not limited to as below.

• Bodyworn; for the use in conjunction with a variety of soldier systems monitoring the individual’s metrics and the surrounding environmental area.

• Mounted; for use on multiple manned and unmanned platforms, to aid in situational awareness, protective monitoring and risk reduction

• Remote; for deployment as part of a wider sensor network or as a stand-alone node to allow long range, remote environmental monitoring and alerting in both permissive and non-permissive areas.

• Provide in-service support for both existing equipment and new equipment procured throughout the contract term. In-service support includes, but is not limited to; provision of spares, repairs, quality management, safety management, obsolescence management.

• Identification, procurement and testing of new RSN capabilities to take advantage of emerging technology to meet operational requirements and deliver value for money.

• Modification and integration of COTS sensors into a single system architecture

• Data retrieval from in-service networks and analysis of that data.

• Design and development and manufacture of new RSN and associated network capacity to include but not limited to novel navigation technology.

The Authority reserves the right to expand on the requirement at any point in line with the terms and conditions of the Contract. Expanding on the requirement is at the Authority"s discretion, and may occur for several reasons including, but not limited to, emerging User group urgent requirement in line with remote sensors and their associated networks (RSN) in the field of Chemical, Biological, Radiological, Nuclear, Explosive (CBRNe).

The competition is exempt from Defence and Security Public Contract Regulations (DSPCR) 2011 in accordance with regulation 7(1)(a) for national security reasons. The classification of the requirements supported under this contract are SECRET UK Eyes Only. Therefore, the successful Contractor will be required to hold Facility Security Clearance (FSC) by Contract Award (estimated June 2024). Contractors without FSC may apply for provisional FSC status to allow the exchange of classified documents during the tendering phase but the winning contractor will be required to have full FSC in place by Contract Award. Further information on FSC can be found here: https://www.gov.uk/guidance/defence-equipment-and-support-principal-security-advisor

The Authority intends to award the contract by June 2024, with a five-year fixed term contract and two additional option years. The Authority reserves the right as its absolute discretion, to not take up any or all the option(s). Further information on the option(s) will be provided in the invitation to negotiate.

The overall value of the Contract (including any options) is estimated to be £18M (EX VAT).

The full requirement will be issued in the Invitation to Negotiate (ITN), and suppliers will be given appropriate time to respond with their tenders.

The Authority shall take forward a maximum of eight suppliers that have provided a compliant response to the PQQ. The eight highest scoring compliant suppliers will be invited to negotiate. The Authority is intending to hold an Industry Day following completion of the Supplier Selection phase of the competition. Full details will be provided to those suppliers that are successful at PQQ.

The Cyber Risk Level for this procurement is ‘Low’

The Risk Assessment Reference (RAR) is RAR-554484852.

A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential providers should make themselves familiar with the requirement against the profile assessment for this risk level.

The below dates are the anticipated timeframe of this procurement:

DPQQ Return to MOD – 07/08/2023

Invitation to Negotiate - 15/09/2023

Anticipated Date of Contract Award - 25/06/2024

You may express your interest in this requirement by completing the Dynamic Pre-Qualification Questionnaire (DPQQ) found at https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55901

II.1.6) Common Procurement Vocabulary (CPV)
Main vocabulary Supplementary vocabulary (when applicable)
Main object 35125100
Additional objects
35711000
35712000
II.1.7) Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed.
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract.
The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in Title III of Directive 2009/81/EC.
The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified.
The successful tenderer is obliged to subcontract the following share of the contract through the procedure set out in Title III of Directive 2009/81/EC: minimum percentage: (%), maximum percentage: (%) of the value of the contract. (The maximum percentage may not exceed 30% of the value of the contract)
II.1.8) Division into lots No
II.1.9) Will variants be accepted No
Section III: Legal, Economic, Financial and Technical Information
III.1) Conditions Relating to the Contract
III.1.1) Deposits and guarantees required
III.1.2) Main Terms of financing and payment and/or reference to the relevant provisions
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
III.1.4) Other particular conditions to which the performance of the contract is subject

The competition is exempt from Defence and Security Public Contract Regulations (DSPCR) 2011 in accordance with regulation 7(1)(a) for national security reasons. The classification of the requirements supported under this contract are SECRET UK Eyes Only. Therefore, the successful Contractor will be required to hold Facility Security Clearance (FSC) by Contract Award (estimated June 2024). Contractors without FSC may apply for provisional FSC status to allow the exchange of classified documents during the tendering phase but the winning contractor will be required to have full FSC in place by Contract Award. Further information on FSC can be found here: https://www.gov.uk/guidance/defence-equipment-and-support-principal-security-advisor

III.1.5) Information about security clearanceCandidates which do not yet hold security clearance may obtain such clearance until:

24-6-2024

III.2) Conditions for Participation
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:

Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

The Defence Opportunities Notice for this procurement can be found here: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55901


Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers (if applicable)
Information and formalities necessary for evaluating if the requirements are met:

Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2) Economic and financial standingCriteria 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:
As detailed in the Pre Qualification Questionnaire
Minimum level(s) of standards possibly required:

Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection) (if applicable)
Information and formalities necessary for evaluating if the requirements are met:

Minimum level(s) of standards possibly required:

III.2.3) Technical and/or professional capacityCriteria 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:
As detailed in the Pre Qualification Questionnaire
Minimum level(s) of standards possibly required:

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection) (if applicable)
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the Pre Qualification Questionnaire
Minimum level(s) of standards possibly required:

III.2.4) Reserved contracts
The contract is restricted to sheltered workshops
The execution of the contract is restricted to the framework of sheltered employment programmes
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1) Type of Procedure
Restricted
Accelerated restricted
Negotiated
Accelerated negotiated
Competitive dialogue
Justification for the choice of accelerated procedure
IV.1.2) Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators 8
Objective criteria for choosing the limited number of candidates
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.3 Administrative Information
IV.3.1) Reference number attributed to the notice by the contracting authority
IV.3.2) Previous publication(s) concerning the same contract
Prior Information Notice
Notice on a Buyer Profile


Other previous publications
IV.3.3) Conditions for obtaining specifications and additional documentsObtainable until

Price (where applicable) Currency:

Terms and method of payment:
IV.3.4) Time-limit for requests to participate 7-8-2023 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidatesEstimated date
IV.3.6) Language or languages in which tenders or requests to participate can be drawn up EN
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

If yes, indicate the project/programme and any useful reference

VI.3) Additional Information

The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Official Name:
Postal Address:
Town:
Postal Code:
Country:
E-Mail:
Telephone:
Internet address (URL):
Fax:
Body responsible for mediation procedures
Official Name:
Postal Address:
Town:
Postal Code:
Country:
E-Mail:
Telephone:
Internet address (URL):
Fax:
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals:
VI.4.3) Service from which information about the lodging of appeals may be obtained
Official Name:
Postal Address:
Town:
Postal Code:
Country:
E-Mail:
Telephone:
Internet address (URL):
Fax:
VI.5) Dispatch date of this Notice 29-6-2023
SF 37

Information added to the notice since publication.

Additional information added to the notice since it"s publication.
No further information has been uploaded.
Main Contact: N/a
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a
Commodity Categories Commodity Categories
ID Title Parent Category
35711000 Command, control, communication systems Command, control, communication and computer systems
35125100 Sensors Surveillance system
35712000 Tactical command, control and communication systems Command, control, communication and computer systems

Delivery Locations Delivery Locations
ID Description
100 UK - All

Alert Region Restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

Alert Region Restrictions
There are no alert restrictions for this notice.

Источник закупки

Перейти

Импорт - Экспорт по стране Ангилья

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru