Tender

Maritime Counter-Unmanned Air Systems (C-UAS) Radio Frequency Jammer - Urgent Capability Requirement

MINISTRY OF DEFENCE, ISTAR, JOINT SENSOR AND ENGAGEMENT NETWORKS TEAM (JSENS)

This public procurement record has 1 release in its history.

Tender

27 Jan 2020 at 13:10

Summary of the contracting process

The UK Ministry of Defence (MOD), specifically the ISTAR, Joint Sensor and Engagement Networks Team (JSENS), is seeking proposals for the "Maritime Counter-Unmanned Air Systems (C-UAS) Radio Frequency Jammer" to address an urgent capability requirement. This procurement falls under the goods category, with an estimated value of £3,500,000. The tender period is set to close on 4th February 2020, and the selected equipment must be deliverable to the South East region of the United Kingdom. The contract is expected to commence on 4th May 2020 and run until 31st December 2021. There is a possibility for additional support during the contract period, including options for further equipment and training.

This tender presents an excellent opportunity for businesses with expertise in defence and technological innovations, particularly those specialising in radio frequency systems, sensors, or military training solutions. Small and medium-sized enterprises (SMEs) are encouraged to participate, as the procurement process is designed to accommodate organisations capable of delivering stand-alone systems with minimal dependencies. Companies with a track record in developing portable jamming technologies or similar military applications may find this opportunity particularly advantageous, especially given the planned technology demonstration as part of the evaluation process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Maritime Counter-Unmanned Air Systems (C-UAS) Radio Frequency Jammer - Urgent Capability Requirement

Notice Description

The UK Ministry of Defence (MOD) has an Urgent Capability Requirement (UCR) to provide Counter-Unmanned Air System (C-UAS) Radio Frequency Jammer equipment (C-UAS Land Technology Readiness Level minimum 8), training and support, to the Royal Navy. The C-UAS RF Jammer shall be able to Defeat a detected threat from Small-Class 1 Unmanned Air-System's (UAS's), that are utilising common frequency bands. The C-UAS RF Jammer equipment will be deployed on maritime platforms. It shall be stand-alone, requiring only a power supply as a dependency from the maritime platform on which it is installed. The C-UAS RF Jammer shall be 'person' portable (max 1 individual), capable of being packaged onto NATO-standard pallets. The system shall be capable of handling data, and operating within an environment, classified at a minimum of Official Sensitive. The Contract shall cover an initial quantity of up to 11 C-UAS RF Jammers and include the provision of 1 years in service support (and spares), to commence at the point of delivery and acceptance. An overall train the trainer package shall be included on the Contract, covering operation and maintenance etc of the system The Contract shall also include Options for additional RF Jammers and training, and for a further 3, 1-year support periods. The ITT process is likely to include a technology demonstration, hosted by the Authority/User and supported by a third-party provider. This shall independently test and evaluate candidate systems against pre-defined criteria included within the evaluation documentation, the resulting data shall form part of the tender evaluation and down selection. The Authority is progressing with the required permissions necessary for this demonstration, should any potential provider believe that additional permission/ clearances will be required for their systems, please notify the Authority immediately for further guidance. You must notify the Authority immediately of any potential Conflict of Interest (CoI) that may arise in relation to this potential requirement. This is a low-end Category D procurement, the values provided within this Contract Notice are an estimate for indicative purposes. It is currently unfunded and as such any effort expended in responding to this Contract Notice and DPQQ is at the Companies own risk. Additional information: To view this notice, register as a supplier here: http://www.contracts.mod.uk/delta/signup.html?userType=supplier and search for the notice with reference 'UK-Bristol: Sensors.'.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2cec86bd-8f14-412a-b431-e2ff01d846a6
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e46182b0-7a50-4d4d-b498-99976e31f0d2
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35125100 - Sensors

Notice Value(s)

Tender Value
£3,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Jan 20206 years ago
Submission Deadline
4 Feb 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
3 May 2020 - 31 Dec 2021 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE, ISTAR, JOINT SENSOR AND ENGAGEMENT NETWORKS TEAM (JSENS)
Contact Name
Not specified
Contact Email
desjsens-comrcl2-1@mod.gov.uk
Contact Phone
+443067932390

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLJ South East (England)

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-2cec86bd-8f14-412a-b431-e2ff01d846a6-2020-01-27T13:10:06Z",
    "date": "2020-01-27T13:10:06Z",
    "ocid": "ocds-b5fd17-2cec86bd-8f14-412a-b431-e2ff01d846a6",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "BIP83031933",
        "title": "Maritime Counter-Unmanned Air Systems (C-UAS) Radio Frequency Jammer - Urgent Capability Requirement",
        "description": "The UK Ministry of Defence (MOD) has an Urgent Capability Requirement (UCR) to provide Counter-Unmanned Air System (C-UAS) Radio Frequency Jammer equipment (C-UAS Land Technology Readiness Level minimum 8), training and support, to the Royal Navy. The C-UAS RF Jammer shall be able to Defeat a detected threat from Small-Class 1 Unmanned Air-System's (UAS's), that are utilising common frequency bands. The C-UAS RF Jammer equipment will be deployed on maritime platforms. It shall be stand-alone, requiring only a power supply as a dependency from the maritime platform on which it is installed. The C-UAS RF Jammer shall be 'person' portable (max 1 individual), capable of being packaged onto NATO-standard pallets. The system shall be capable of handling data, and operating within an environment, classified at a minimum of Official Sensitive. The Contract shall cover an initial quantity of up to 11 C-UAS RF Jammers and include the provision of 1 years in service support (and spares), to commence at the point of delivery and acceptance. An overall train the trainer package shall be included on the Contract, covering operation and maintenance etc of the system The Contract shall also include Options for additional RF Jammers and training, and for a further 3, 1-year support periods. The ITT process is likely to include a technology demonstration, hosted by the Authority/User and supported by a third-party provider. This shall independently test and evaluate candidate systems against pre-defined criteria included within the evaluation documentation, the resulting data shall form part of the tender evaluation and down selection. The Authority is progressing with the required permissions necessary for this demonstration, should any potential provider believe that additional permission/ clearances will be required for their systems, please notify the Authority immediately for further guidance. You must notify the Authority immediately of any potential Conflict of Interest (CoI) that may arise in relation to this potential requirement. This is a low-end Category D procurement, the values provided within this Contract Notice are an estimate for indicative purposes. It is currently unfunded and as such any effort expended in responding to this Contract Notice and DPQQ is at the Companies own risk. Additional information: To view this notice, register as a supplier here: http://www.contracts.mod.uk/delta/signup.html?userType=supplier and search for the notice with reference 'UK-Bristol: Sensors.'.",
        "datePublished": "2020-01-27T13:10:06Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35125100",
            "description": "Sensors"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 3500000,
            "currency": "GBP"
        },
        "tenderPeriod": {
            "endDate": "2020-02-04T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2020-05-04T00:00:00+01:00",
            "endDate": "2021-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/e46182b0-7a50-4d4d-b498-99976e31f0d2",
                "datePublished": "2020-01-27T13:10:06Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-135543",
            "name": "Ministry of Defence, ISTAR, Joint Sensor and Engagement Networks Team (JSENS)",
            "identifier": {
                "legalName": "Ministry of Defence, ISTAR, Joint Sensor and Engagement Networks Team (JSENS)"
            },
            "address": {
                "streetAddress": "Yew 0B, #1045, Neighbourhood 1, MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "UK"
            },
            "contactPoint": {
                "email": "desjsens-comrcl2-1@mod.gov.uk",
                "telephone": "+443067932390"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-135543",
        "name": "Ministry of Defence, ISTAR, Joint Sensor and Engagement Networks Team (JSENS)"
    }
}