Tender

703088451 - Project BOREAS - ADEWS/112

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

01 Mar 2022 at 22:45

Summary of the contracting process

The Ministry of Defence is currently conducting a selective procurement process for the "703088451 - Project BOREAS - ADEWS/112" contract, which falls under the radar industry category. This opportunity is located at RAF Akrotiri, Cyprus, and has a total contract value of £442,000. The tender period is set to close on 7 April 2022 at 17:00. Suppliers interested in participating in this procurement are encouraged to register their interest via the e-Tendering system, with final submissions required before the deadline of 13 November 2021 for initial responses.

This contract offers significant opportunities for businesses specialising in radar systems, aircraft maintenance, and associated defence services, especially those with capabilities in providing high fidelity weather detection systems. Companies that can demonstrate technical expertise and reliability in similar projects are well-suited to compete for this contract. Engaging in this process not only allows businesses to support crucial defence operations but also opens pathways for long-term support and maintenance arrangements over the contract's duration, which is set for eleven years.

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

Notice Title

703088451 - Project BOREAS - ADEWS/112

Notice Description

Requirement; - A capability to replace the obsolete weather Radar system at RAF Akrotiri. - Provision of accurate, high fidelity, real time understanding of precipitation to assure the ability of the Met Office to predict high impact thunderstorms in order to ensure flight safety at RAF Akrotiri. - 10 year future support and maintenance to ensure the required operational availability. Quantity or scope: Contract Duration: Eleven Years. Requirement - A capability to replace the obsolete weather Radar system at RAF Akrotiri. - Provision of accurate, high fidelity, real time understanding of precipitation to assure the ability of the Met Office to predict high impact thunderstorms in order to ensure flight safety at RAF Akrotiri. - 10 year future support and maintenance to ensure the required operational availability.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-031ca1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005637-2022
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
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

50 - Repair and maintenance services


CPV Codes

35722000 - Radar

50210000 - Repair, maintenance and associated services related to aircraft and other equipment

50600000 - Repair and maintenance services of security and defence materials

Notice Value(s)

Tender Value
£442,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Mar 20224 years ago
Submission Deadline
7 Apr 2022Expired
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

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
BEDFORDSHIRE
Postcode
SG16 6DN
Post Town
Stevenage
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH2 Bedfordshire and Hertfordshire
Small Region (ITL 3)
TLH25 Central Bedfordshire
Delivery Location
Not specified

Local Authority
Central Bedfordshire
Electoral Ward
Clifton, Henlow & Langford
Westminster Constituency
Hitchin

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-h6vhtk-031ca1-2022-03-01T22:45:04Z",
    "date": "2022-03-01T22:45:04Z",
    "ocid": "ocds-h6vhtk-031ca1",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. 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 The deadline for submitting your response(s) is 13/11/2021 17:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. DPQQ's can be found at the following link; https://contracts.mod.uk/go/27689387017C26A343EC CYBER ASSESSMENT HAS BEEN CONDUCTED AND THE CYBER RISK PROFILE IS N/A: REFERENCE NUMBER: 500141133.",
    "initiationType": "tender",
    "tender": {
        "id": "703088451 - Project BOREAS - ADEWS/112",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "703088451 - Project BOREAS - ADEWS/112",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35722000",
            "description": "Radar"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35722000",
                "description": "Radar"
            },
            {
                "scheme": "CPV",
                "id": "50210000",
                "description": "Repair, maintenance and associated services related to aircraft and other equipment"
            },
            {
                "scheme": "CPV",
                "id": "50600000",
                "description": "Repair and maintenance services of security and defence materials"
            },
            {
                "scheme": "TED_TYPE_SUPPLIES_CONTRACT",
                "id": "PURCHASE",
                "description": "Purchase"
            }
        ],
        "mainProcurementCategory": "goods",
        "description": "Requirement; - A capability to replace the obsolete weather Radar system at RAF Akrotiri. - Provision of accurate, high fidelity, real time understanding of precipitation to assure the ability of the Met Office to predict high impact thunderstorms in order to ensure flight safety at RAF Akrotiri. - 10 year future support and maintenance to ensure the required operational availability. Quantity or scope: Contract Duration: Eleven Years. Requirement - A capability to replace the obsolete weather Radar system at RAF Akrotiri. - Provision of accurate, high fidelity, real time understanding of precipitation to assure the ability of the Met Office to predict high impact thunderstorms in order to ensure flight safety at RAF Akrotiri. - 10 year future support and maintenance to ensure the required operational availability.",
        "value": {
            "amount": 442000,
            "currency": "GBP"
        },
        "hasRenewal": false,
        "contractPeriod": {
            "durationInDays": 3960
        },
        "items": [
            {
                "id": "0",
                "deliveryLocation": {
                    "description": "RAF Akrotiri, Cyprus"
                }
            }
        ],
        "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. The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in part 7 of the DSPCR 2011. The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "communication": {
            "documentAvailabilityPeriod": {
                "endDate": "2022-04-04T17:00:00+01:00"
            }
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) Link to PQQ: https://contracts.mod.uk/go/40943141017F4626D155 If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "(a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance; (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract. 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",
                    "minimum": "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",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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",
                    "minimum": "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",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability; (b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i)the value of the consideration received; (ii)when and where the work or works were carried out; and (iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed; (c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in subparagraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided; (d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator; (e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property; (f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator's study and research facilities and quality control measures; (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; (i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous three years; (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; (k) any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs; (l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority; (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; (o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i); Information and formalities necessary for evaluating if the requirements are met: As requested at a. Pre-Qualification Questionnaire stage and b. Invitation to Tender (ITT) Stage for those companies down selected to participate in the ITT Stage.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability; (b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i)the value of the consideration received; (ii)when and where the work or works were carried out; and (iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed; (c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in subparagraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided; (d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator; (e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property; (f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator's study and research facilities and quality control measures; (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; (i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous three years; (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; (k) any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs; (l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority; (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; (o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i); Information and formalities necessary for evaluating if the requirements are met: As requested at a. Pre-Qualification Questionnaire stage and b. Invitation to Tender (ITT) Stage for those companies down selected to participate in the ITT Stage.",
                    "minimum": "Demonstration of capability and capacity to deliver the advertised requirement in the suppliers Pre- Qualification Questionnaire response.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 2
        },
        "tenderPeriod": {
            "endDate": "2022-04-07T17:00:00+01:00"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-45673",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "RAF Henlow, Air Defence & Electronic Warfare Systems, Building 85",
                "locality": "Bedfordshire",
                "postalCode": "SG16 6DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Commercial Department, attn: Parsons Brooke",
                "email": "brooke.parsons105@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "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"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-29470",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "DE&S, Air Defence & Electronic Warfare Systems (ADEWS)",
                "locality": "Henlow",
                "postalCode": "SG16 6DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3001641703",
                "email": "brooke.parsons105@mod.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-45673",
        "name": "Ministry of Defence"
    },
    "language": "en"
}