Notice Information
Notice Title
708339450 - Warrior Rear Safety Camera System Contracts Finder Notice
Notice Description
Contract Notice The Authority has a requirement to procure Warrior Infantry Fighting Vehicle (IFV) Rear Safety Camera Systems (RSCS) to meet a safety critical modification. The RSCS system will comprise of 359 units and include the following sub systems: Rear Camera; Display Control Unit; Cabling Loom, and camera wash wipe facility. The RSCS shall provide the driver with the means to recognise terrain and personnel with a field of rearward view across the entire track width from the immediate rear of the platform. The cameras are needed to ensure the platform remains safe by design. There is currently no rear safety camera system fitted to Warrior IFV, therefore this requirement exists to expediently integrate a suitably robust day/night capable system to the platform to ensure it fulfils the health, safety and legislative obligation for which the Authority is responsible. This manufacture contract will have a duration of two (2) years and shall be Firm priced. There will be no Contract Options. The RSCS shall be manufactured to meet the Authority's technical specification. Additional Information PLEASE NOTE that this procurement is being conducted in accordance with the DSPCR 2011 Accelerated Restricted Procedure. It will therefore be subject to reduced timescales. Use of the Accelerated Restricted Procedure is appropriate due to reasons of urgency, and allowing the periods normally required would have safety implications to the Warrior crew whilst on Operations. Use of this procedure is being adopted as an exception to following the standard restricted procedure. We ask for all potential bidders to please refer to all posted timescales and consider these if/when responding to this advert and procurement activity. A Dynamic Pre-Qualification Questionnaire (DPQQ) is being utilised to conduct supplier selection based on capability and a capacity to perform the contract. The DPQQ is now live and can be located through Opportunity 708339450 on the Defence Sourcing Portal or can alternatively be located at https://contracts.mod.uk/go/21826595018906A103B3 The Authority are seeking to take a minimum of three (3) and a maximum of five (5) bidders to the Tender Stage. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - RAR-785159934). If you are interested in participating in this Accelerated Restricted Procedure Competition, please be aware that expressions of interest must be made through the Defence Sourcing Portal (DSP), which requires registration. The DSP is accessed at the following link: https://www.contracts.mod.uk/web/login.html Additional information: Additional Information PLEASE NOTE that this procurement is being conducted in accordance with the DSPCR 2011 Accelerated Restricted Procedure. It will therefore be subject to reduced timescales. Use of the Accelerated Restricted Procedure is appropriate due to reasons of urgency, and allowing the periods normally required would have safety implications to the Warrior crew whilst on Operations. Use of this procedure is being adopted as an exception to following the standard restricted procedure. We ask for all potential bidders to please refer to all posted timescales and consider these if/when responding to this advert and procurement activity. A Dynamic Pre-Qualification Questionnaire (DPQQ) is being utilised to conduct supplier selection based on capability and a capacity to perform the contract. The DPQQ is now live and can be located through Opportunity 708339450 on the Defence Sourcing Portal or can alternatively be located at https://contracts.mod.uk/go/21826595018906A103B3 The Authority are seeking to take a minimum of three (3) and a maximum of five (5) bidders to the Tender Stage. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - RAR-785159934). If you are interested in participating in this Accelerated Restricted Procedure Competition, please be aware that expressions of interest must be made through the Defence Sourcing Portal (DSP), which requires registration. The DSP is accessed at the following link: https://www.contracts.mod.uk/web/login.html
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-39d393e6-285f-4701-b4c9-ba5fac1df6b6
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/995bf8b3-340d-4acc-8063-392cde2b12e8
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35422000 - Electronic and electrical spare parts for military vehicles
Notice Value(s)
- Tender Value
- £20,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Jun 20232 years ago
- Submission Deadline
- 10 Jul 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Aug 2023 - 1 Sep 2025 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
- TLK South West (England)
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/995bf8b3-340d-4acc-8063-392cde2b12e8
30th June 2023 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-39d393e6-285f-4701-b4c9-ba5fac1df6b6-2023-06-30T13:43:52+01:00",
"date": "2023-06-30T13:43:52+01:00",
"ocid": "ocds-b5fd17-39d393e6-285f-4701-b4c9-ba5fac1df6b6",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_375463/1228414",
"title": "708339450 - Warrior Rear Safety Camera System Contracts Finder Notice",
"description": "Contract Notice The Authority has a requirement to procure Warrior Infantry Fighting Vehicle (IFV) Rear Safety Camera Systems (RSCS) to meet a safety critical modification. The RSCS system will comprise of 359 units and include the following sub systems: Rear Camera; Display Control Unit; Cabling Loom, and camera wash wipe facility. The RSCS shall provide the driver with the means to recognise terrain and personnel with a field of rearward view across the entire track width from the immediate rear of the platform. The cameras are needed to ensure the platform remains safe by design. There is currently no rear safety camera system fitted to Warrior IFV, therefore this requirement exists to expediently integrate a suitably robust day/night capable system to the platform to ensure it fulfils the health, safety and legislative obligation for which the Authority is responsible. This manufacture contract will have a duration of two (2) years and shall be Firm priced. There will be no Contract Options. The RSCS shall be manufactured to meet the Authority's technical specification. Additional Information PLEASE NOTE that this procurement is being conducted in accordance with the DSPCR 2011 Accelerated Restricted Procedure. It will therefore be subject to reduced timescales. Use of the Accelerated Restricted Procedure is appropriate due to reasons of urgency, and allowing the periods normally required would have safety implications to the Warrior crew whilst on Operations. Use of this procedure is being adopted as an exception to following the standard restricted procedure. We ask for all potential bidders to please refer to all posted timescales and consider these if/when responding to this advert and procurement activity. A Dynamic Pre-Qualification Questionnaire (DPQQ) is being utilised to conduct supplier selection based on capability and a capacity to perform the contract. The DPQQ is now live and can be located through Opportunity 708339450 on the Defence Sourcing Portal or can alternatively be located at https://contracts.mod.uk/go/21826595018906A103B3 The Authority are seeking to take a minimum of three (3) and a maximum of five (5) bidders to the Tender Stage. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - RAR-785159934). If you are interested in participating in this Accelerated Restricted Procedure Competition, please be aware that expressions of interest must be made through the Defence Sourcing Portal (DSP), which requires registration. The DSP is accessed at the following link: https://www.contracts.mod.uk/web/login.html Additional information: Additional Information PLEASE NOTE that this procurement is being conducted in accordance with the DSPCR 2011 Accelerated Restricted Procedure. It will therefore be subject to reduced timescales. Use of the Accelerated Restricted Procedure is appropriate due to reasons of urgency, and allowing the periods normally required would have safety implications to the Warrior crew whilst on Operations. Use of this procedure is being adopted as an exception to following the standard restricted procedure. We ask for all potential bidders to please refer to all posted timescales and consider these if/when responding to this advert and procurement activity. A Dynamic Pre-Qualification Questionnaire (DPQQ) is being utilised to conduct supplier selection based on capability and a capacity to perform the contract. The DPQQ is now live and can be located through Opportunity 708339450 on the Defence Sourcing Portal or can alternatively be located at https://contracts.mod.uk/go/21826595018906A103B3 The Authority are seeking to take a minimum of three (3) and a maximum of five (5) bidders to the Tender Stage. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - RAR-785159934). If you are interested in participating in this Accelerated Restricted Procedure Competition, please be aware that expressions of interest must be made through the Defence Sourcing Portal (DSP), which requires registration. The DSP is accessed at the following link: https://www.contracts.mod.uk/web/login.html",
"datePublished": "2023-06-30T13:43:52+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "35422000",
"description": "Electronic and electrical spare parts for military vehicles"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "BS34 8JH"
},
{
"region": "South West",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 20000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "Use of the Accelerated Restricted Procedure is appropriate due to reasons of urgency, and allowing the periods normally required would have safety implications to the Warrior Infantry Fighting Vehicle (IFV) crew whilst on Operations. Use of this procedure is being adopted as an exception to following the standard restricted procedure."
},
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2023-07-10T15:00:00+01:00"
},
"contractPeriod": {
"startDate": "2023-09-01T00:00:00+01:00",
"endDate": "2025-09-01T23:59:59+01:00"
},
"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/995bf8b3-340d-4acc-8063-392cde2b12e8",
"datePublished": "2023-06-30T13:43:52+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-249498",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "DE&S, Vehicle Support Team, MOD Abbey Wood, Cedar 1a, #3157",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "England"
},
"contactPoint": {
"name": "Dale Gurney-Newland",
"email": "Dale.Gurney-Newland100@Mod.Gov.UK"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-249498",
"name": "Ministry of Defence"
}
}