Supplies - 615841-2020

Display compact view

18/12/2020    S247

United Kingdom-Bristol: Sensors

2020/S 247-615841

Prior information notice for contracts in the field of defence and security

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

I.1)Name, addresses and contact point(s)

Official name: Ministry of Defence, ISTAR, Joint Sensor and Engagement Networks Team (JSENS)
Postal address: Abbey Wood, Bristol
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Contact person: Peter Clarke
E-mail: UASCDC-RIC@qinetiq.com
Telephone: +44 1684895836

Internet address(es):

General address of the contracting authority/entity: https://uascdc.com/industry/open-supplier-register.aspx

Further information can be obtained from:
The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Defence
I.4)Contract award on behalf of other contracting authorities/entities
The contracting authority/entity is purchasing on behalf of other contracting authorities/entities: no

Section II: Object of the contract

II.1)Title attributed to the contract by the contracting authority/entity:
The Assessment of C-sUAS (Counter-small Unmanned Aircraft System; Drone) Cyber Effector Systems by the UK MoD Rapid Innovation Cell (RIC)
II.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance:
UKK SOUTH WEST (ENGLAND)
II.3)Information on framework agreement
II.4)Short description of nature and scope of works or nature and quantity or value of supplies or services:
The misuse of small unmanned aircraft systems (sUAS) represents a significant and growing risk to operations and day-to-day Defence activity both in the UK and overseas.
The Rapid Innovation Cell (RIC), endorsed by the Military Capability Board, has been established as part of the UAS Capability Development Centre (UASCDC) to test and evaluate (T&E) mature C-sUAS capabilities and generate a managed Defence database of available capabilities. Through a regular programme of T&E events, the RIC will establish the efficacy of commercially available capabilities. It will also increase broader awareness of the C-sUAS market and support a more agile method of delivering capability to the front line.
To prevent capability gaps and ensure interoperability, it is intended that Defence C-sUAS systems will use the ‘SAPIENT’ open architecture. This will also ensure that our systems can evolve at the component level enabling the spiral development of capability.
RIC Test Cycle #2
The RIC has established a series of Test Cycles. Each Test Cycle will focus on a particular subset of C-sUAS systems. Test Cycles are scheduled for every 6 months, nominally in the spring and autumn of each year.
Suppliers of mature C-sUAS Cyber Effector products are invited to apply to have their product’s performance assessed by the RIC. To apply you must complete an online questionnaire for your product. The product questionnaire will be available from 11 a.m. Monday 14 December, 2020, and responses must be fully completed and submitted by 11 a.m. Monday 25 January, 2021. Please complete a separate product questionnaire for each product that you wish to put forward for assessment.
Test Cycle #2, will focus on mature C-sUAS Cyber Effectors. Your product must have an interface that conforms to the UK MoD C-sUAS ICD, version 1.1 available on the UK C-sUAS Defence Portal.
Your product must be capable of conducting cyber effects against one or more drone protocols. It must not apply a jamming waveform or any other effect type but will provide alternative ways to manipulate, disrupt, deny, degrade, or destruct Unmanned Air Systems (UAS), inhibiting them from completing their mission by accessing their controllers, computers, information or communications systems, networks, or any other UAS resident information remotely.
Estimated value excluding VAT:
Range: between 1 and 2 GBP

Lots

This contract is divided into lots: no
II.5)Common procurement vocabulary (CPV)

35125100 Sensors

II.6)Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 15.12.2020
II.7)Additional information:
Your response to the product questionnaire will be carefully evaluated. Your product will be eligible for the next phase of testing (Factory Tests) if it meets our maturity requirements and is clearly within the scope described above. A full set of guidance and testing criteria are provided on the UK C-sUAS Defence Portal.
The RIC maintains a register of potential C-sUAS suppliers. All potential suppliers registered with the RIC will receive access to the UK C-sUAS Defence Portal. The online product questionnaire will be hosted on the UK C-sUAS Defence Portal and is the only way to apply for testing with the RIC.

Lease use the following web address to register with the RIC: https://uascdc.com/industry/open-supplier-register.aspx

This PIN does not constitute the start of any procurement activity or resultant contract - it is for information only, to advise industry on the next stage of the trials programme and where further information can be sought. A questionnaire is completed at your own risk and, if successful, does not automatically enter you into the next phase. At the RIC’s discretion the Test Programme is subject to change.(Contact e-mail for enquiries: UASCDC-RIC@qinetiq.com, +44(0)7385086653).

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2)Conditions for participation
III.2.1)Information about reserved contracts

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
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 Go reference: GO-20201214-DCB-17504162

VI.3)Information on general regulatory framework
VI.4)Date of dispatch of this notice:
14.12.2020