Notice Information
Notice Title
Dismounted Joint Fires Integrator (D-JFI)
Notice Description
Intelligence, Surveillance, Target Acquisition and Reconnaissance. The Artillery Systems Team, part of DE&S, ran a Competitive Negotiated Procedure under Regulation 18 of the Defence and Security Public Contract Regulations 2011 for the D-JFI Requirement. The Army HQ Single Statement of User Need (SSUN) that DJFI will deliver against is: "The User shall be able to generate and communicate target information from a dismounted configuration to effector systems for integrate employment of joint precision and non-precision fires to achieve tactical success." The main Users are dismounted Fire Support Teams (FST) and Joint Terminal Attack Controllers (JTAC). D-JFI is a Category B equipment procurement project, taking into account the through-life costs. In issuing this Contract Notice and engaging with the Market, the Authority is not committing to carrying out any procurement in relation the requirement. If third parties are interested in engaging with the Authority in relation to the requirements they must do so without sharing information that is protected by copyright or patents. As per the Defence Contract Notice and OJEU advert dated 16th December 2016, the Authority presented the D-JFI requirement to the market at an Industry Briefing Day on 17th January 2017 at Larkhill. Quantity or scope: The Prime Integrator will be required to provide around 377 D-JFI systems in four configurations with three years associated support. These figures are based upon the Land Fleet Requirement as stated in the Initial Gate Business Case and are currently under review and the final figures will be included in the Invitation to Negotiate. It is expected that irrevocable contractual options may be required for support starting in 2022. The scaling of support may vary through the life of the contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-028a72
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000798-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35720000 - Intelligence, surveillance, target acquisition and reconnaissance
Notice Value(s)
- Tender Value
- £150,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Jan 20215 years ago
- Submission Deadline
- 24 Jan 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- 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, LAND EQUIPMENT, ARMOURED VEHICLES PROGRAMMES - ARTILLERY SYSTEMS PROGRAMME
- Contact Name
- Janet Ellis
- Contact Email
- janet.ellis900@mod.gov.uk
- Contact Phone
- +44 3067939054
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
- TLK11 Bristol, City of
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
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-h6vhtk-028a72-2021-01-14T16:32:04Z",
"date": "2021-01-14T16:32:04Z",
"ocid": "ocds-h6vhtk-028a72",
"description": "The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on http://www.dcocontracts.mod.uk. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following Access Code: 98G6988594. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324. GO Reference: GO-2021114-DCB-17639950",
"initiationType": "tender",
"tender": {
"id": "ARTYSYS/00260",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Dismounted Joint Fires Integrator (D-JFI)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "35720000",
"description": "Intelligence, surveillance, target acquisition and reconnaissance"
},
"mainProcurementCategory": "goods",
"additionalClassifications": [
{
"scheme": "TED_TYPE_SUPPLIES_CONTRACT",
"id": "PURCHASE",
"description": "Purchase"
}
],
"description": "Intelligence, Surveillance, Target Acquisition and Reconnaissance. The Artillery Systems Team, part of DE&S, ran a Competitive Negotiated Procedure under Regulation 18 of the Defence and Security Public Contract Regulations 2011 for the D-JFI Requirement. The Army HQ Single Statement of User Need (SSUN) that DJFI will deliver against is: \"The User shall be able to generate and communicate target information from a dismounted configuration to effector systems for integrate employment of joint precision and non-precision fires to achieve tactical success.\" The main Users are dismounted Fire Support Teams (FST) and Joint Terminal Attack Controllers (JTAC). D-JFI is a Category B equipment procurement project, taking into account the through-life costs. In issuing this Contract Notice and engaging with the Market, the Authority is not committing to carrying out any procurement in relation the requirement. If third parties are interested in engaging with the Authority in relation to the requirements they must do so without sharing information that is protected by copyright or patents. As per the Defence Contract Notice and OJEU advert dated 16th December 2016, the Authority presented the D-JFI requirement to the market at an Industry Briefing Day on 17th January 2017 at Larkhill. Quantity or scope: The Prime Integrator will be required to provide around 377 D-JFI systems in four configurations with three years associated support. These figures are based upon the Land Fleet Requirement as stated in the Initial Gate Business Case and are currently under review and the final figures will be included in the Invitation to Negotiate. It is expected that irrevocable contractual options may be required for support starting in 2022. The scaling of support may vary through the life of the contract.",
"value": {
"currency": "GBP",
"amount": 150000000
},
"minValue": {
"amount": 100000000,
"currency": "GBP"
},
"hasOptions": false,
"hasRenewal": true,
"renewal": {
"minimumRenewals": 2,
"maximumRenewals": 2
},
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKK11"
}
],
"deliveryLocation": {
"description": "Bristol, City of"
}
}
],
"subcontracting": {
"description": "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."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"depositsGuarantees": "Deposits and guarantees may be required",
"languages": [
"en"
]
},
"communication": {
"documentAvailabilityPeriod": {
"endDate": "2021-01-15T17:00:00Z"
}
},
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender. A full list of the Regulation 23(1) and 23(2) criteria are at http://www.dcocontracts.mod.uk/delta/project/reasonsForExclusion.html#dspr Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority. The operator's personal situation may be considered.",
"appliesTo": [
"supplier"
]
},
{
"type": "suitability",
"description": "The operator's personal situation may be considered.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "economic",
"description": "(a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance Economic restrictions apply.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Economic restrictions apply.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "technical",
"description": "(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract (h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract (j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract (m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority (n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification Miscellaneous restrictions apply.",
"appliesTo": [
"supplier"
]
}
],
"description": "A Dynamic Pre-Qualification Questionnaire (DPQQ) will be issued with criteria for down-selection."
},
"contractTerms": {
"otherTerms": "The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications Information about security clearance: At this stage, no requirement has been identified during the tendering process for security clearance to be obtained by tenderers, but the winning tenderers and elements of the supply chain will be required to hold valid security clearance at contract award. Interested parties are advised that the process for obtain security clearance can take several months.",
"financialTerms": "Financing restrictions apply",
"tendererLegalForm": "Bidders must have a specified legal form"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated",
"secondStage": {
"minimumCandidates": 7,
"maximumCandidates": 7,
"successiveReduction": true,
"invitationDate": "2021-01-26T00:00:00Z"
},
"tenderPeriod": {
"endDate": "2021-01-24T17:00:00Z"
},
"hasRecurrence": false,
"milestones": [
{
"id": "1",
"type": "securityClearanceDeadline",
"dueDate": "2020-12-10"
}
]
},
"parties": [
{
"id": "GB-FTS-1735",
"name": "Ministry of Defence, Land Equipment, Armoured Vehicles Programmes - Artillery Systems Programme",
"identifier": {
"legalName": "Ministry of Defence, Land Equipment, Armoured Vehicles Programmes - Artillery Systems Programme"
},
"address": {
"streetAddress": "Cedar 2c #3260, MOD Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Janet Ellis",
"telephone": "+44 3067939054",
"email": "Janet.Ellis900@mod.gov.uk"
},
"roles": [
"buyer",
"reviewBody",
"mediationBody",
"reviewContactPoint"
],
"details": {
"url": "https://www.bipsolutions.com",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
},
"additionalContactPoints": [
{
"telephone": "+44 3067939054",
"email": "Janet.Ellis900@mod.gov.uk"
}
]
}
],
"buyer": {
"id": "GB-FTS-1735",
"name": "Ministry of Defence, Land Equipment, Armoured Vehicles Programmes - Artillery Systems Programme"
},
"language": "en"
}