Tender

708339450 - Warrior Rear Safety Camera System Contracts Finder Notice

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

30 Jun 2023 at 12:43

Summary of the contracting process

The Ministry of Defence has awarded a contract for Warrior Rear Safety Camera Systems with Rheinmetall Electronics UK Ltd. The contract is valued at £10,631,644.94 GBP. The procurement method used was the Accelerated Restricted procedure, and the contract period spans from November 2, 2023, to October 31, 2025. The requirement is for electronic and electrical spare parts for military vehicles in the South West region of the United Kingdom.

This tender provides an opportunity for businesses, particularly those offering electronic and electrical spare parts for military vehicles, to compete. Small and medium enterprises (SMEs) are suited to participate in this procurement process. The Ministry of Defence has chosen an accelerated procedure due to safety implications for the Warrior Infantry Fighting Vehicle crew. Potential bidders are encouraged to use the Defence Sourcing Portal for participation in this competitive opportunity.

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

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

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

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

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-b5fd17-39d393e6-285f-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"
    }
}