Tender

CUES (Complex Underwater Environmental Sensor) - CN

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

29 Jun 2021 at 12:25

Summary of the contracting process

The Ministry of Defence is seeking expressions of interest for a tender titled "CUES (Complex Underwater Environmental Sensor) - CN", aimed at supplying a sophisticated underwater environmental sensor for Astute Class Submarines. This procurement is classified under the CPV code for submarines and is currently in the tender stage, with a deadline for submissions set for 30th July 2021. The contract is expected to run from 31st March 2022 to 31st March 2027, with a total estimated value of £20 million. Potential providers must meet stringent eligibility criteria including having Provisional List X status to access sensitive information.

This tender presents a significant opportunity for businesses in the defence and underwater technology sectors, particularly those with capabilities in system development and integration for military applications. Small to medium enterprises (SMEs) that can demonstrate compliance with UK defence standards, cybersecurity requirements, and the ability to deliver end-to-end support packages may find this an ideal opportunity to expand their operations. Successful bidders will play a key role in enhancing the operational capabilities of the UK's naval forces.

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

CUES (Complex Underwater Environmental Sensor) - CN

Notice Description

The Ministry of Defence (MOD) are considering a requirement for an Complex Underwater Environmental Sensor (CUES) on Astute Class Submarines. Expressions of Interests are sought from Potential Providers that have the capability to supply this system to be delivered in accordance with the Systems Requirements document, which will be issued with the Invitation to Negotiate (ITN). The anticipated system will be common as possible (with COTs/ MOTs), bespoke as necessary and provide the following high level requirements: - Ice Keel avoidance - Ice canopy mapping - Seabed mapping - Mine Avoidance The Supplier must be a UK list-x Supplier (or able to obtain Provisional UK list-x status by ITT issue date) able to: - Plan the development of the potential system, manufacture, integration into Astute submarines, testing and trials in line with UK defence standards. - Offer a follow on support package to maintain their supplied system's operational capability in line with UK defence Integrated Support Standards. Potential Providers are to note that in order to fulfil this requirement, the chosen supplier will be exposed to and required to safeguard national sensitive information/data bearing a security classification up to and including SECRET UK EYES ONLY. The Authority therefore requires Potential Providers to have Provisional List X status to manage these security requirements throughout the entire supply chain by the ITT issue date. Potential Providers who do not meet this minimum eligibility criteria will be sifted out during DPQQ evaluation stage. The use of the Contracting, Purchasing & Finance (CP&F) system is a mandatory requirement for this Contract, the Authority must be assured that you have the technical ability to trade electronically and connect to the CP&F system. If this assurance is not provided Potential Providers will be sifted out during DPQQ evaluation stage. Potential Providers are to confirm that they can deliver a Safety and Environmental Case Report in accordance with DMR02, DEF Stan 00-055 and DEF Stan 00-056. This forms part of the minimum eligibility criteria and any Potential Provider who cannot confirm compliance with this will be sifted out during DPQQ evaluation stage. The Authority requires Potential Providers to comply with the Mandatory Selection Criterion for the Government's Cyber Essentials Scheme. Failure to comply will lead to Potential Providers being sifted out at DPQQ evaluation stage. In relation to Health and Safety the Authority will exclude Potential Bidders that have been in receipt of enforcement/remedial action orders unless the bidder can demonstrate to the Authority's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches. Further information regarding exclusion criteria, minimum standards and criteria for down selecting Potential Providers can be found within the DPQQ and supporting document 'CUES DPQQ Potential Provider Guidance'.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c63a1bec-78d9-4af1-9f28-b4ef6543b229
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/a09c9806-8a83-4af8-8aab-280e80d0a53e
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Other - Exempt Competitive Negotiated
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

35512000 - Submarines

35512200 - Attack submarine nuclear fuelled

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
29 Jun 20214 years ago
Submission Deadline
30 Jul 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Mar 2022 - 31 Mar 2027 Over 5 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
Not specified

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

Further Information

Notice Documents

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-c63a1bec-78d9-4af1-9f28-b4ef6543b229-2021-06-29T13:25:26+01:00",
    "date": "2021-06-29T13:25:26+01:00",
    "ocid": "ocds-b5fd17-c63a1bec-78d9-4af1-9f28-b4ef6543b229",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_277654/975325",
        "title": "CUES (Complex Underwater Environmental Sensor) - CN",
        "description": "The Ministry of Defence (MOD) are considering a requirement for an Complex Underwater Environmental Sensor (CUES) on Astute Class Submarines. Expressions of Interests are sought from Potential Providers that have the capability to supply this system to be delivered in accordance with the Systems Requirements document, which will be issued with the Invitation to Negotiate (ITN). The anticipated system will be common as possible (with COTs/ MOTs), bespoke as necessary and provide the following high level requirements: - Ice Keel avoidance - Ice canopy mapping - Seabed mapping - Mine Avoidance The Supplier must be a UK list-x Supplier (or able to obtain Provisional UK list-x status by ITT issue date) able to: - Plan the development of the potential system, manufacture, integration into Astute submarines, testing and trials in line with UK defence standards. - Offer a follow on support package to maintain their supplied system's operational capability in line with UK defence Integrated Support Standards. Potential Providers are to note that in order to fulfil this requirement, the chosen supplier will be exposed to and required to safeguard national sensitive information/data bearing a security classification up to and including SECRET UK EYES ONLY. The Authority therefore requires Potential Providers to have Provisional List X status to manage these security requirements throughout the entire supply chain by the ITT issue date. Potential Providers who do not meet this minimum eligibility criteria will be sifted out during DPQQ evaluation stage. The use of the Contracting, Purchasing & Finance (CP&F) system is a mandatory requirement for this Contract, the Authority must be assured that you have the technical ability to trade electronically and connect to the CP&F system. If this assurance is not provided Potential Providers will be sifted out during DPQQ evaluation stage. Potential Providers are to confirm that they can deliver a Safety and Environmental Case Report in accordance with DMR02, DEF Stan 00-055 and DEF Stan 00-056. This forms part of the minimum eligibility criteria and any Potential Provider who cannot confirm compliance with this will be sifted out during DPQQ evaluation stage. The Authority requires Potential Providers to comply with the Mandatory Selection Criterion for the Government's Cyber Essentials Scheme. Failure to comply will lead to Potential Providers being sifted out at DPQQ evaluation stage. In relation to Health and Safety the Authority will exclude Potential Bidders that have been in receipt of enforcement/remedial action orders unless the bidder can demonstrate to the Authority's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches. Further information regarding exclusion criteria, minimum standards and criteria for down selecting Potential Providers can be found within the DPQQ and supporting document 'CUES DPQQ Potential Provider Guidance'.",
        "datePublished": "2021-06-29T13:25:26+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35512000",
            "description": "Submarines"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35512200",
                "description": "Attack submarine nuclear fuelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 20000000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other - Exempt Competitive Negotiated",
        "tenderPeriod": {
            "endDate": "2021-07-30T23:59:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-03-31T00:00:00+01:00",
            "endDate": "2027-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/a09c9806-8a83-4af8-8aab-280e80d0a53e",
                "datePublished": "2021-06-29T13:25:26+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "DSP Opportunity link containing DPQQ",
                "url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=51674"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Link to eSourcing Portal",
                "url": "https://contracts.mod.uk"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-175488",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Lewis de Courcy",
                "email": "Lewis.DeCourcy100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-175488",
        "name": "Ministry of Defence"
    }
}