Closed

CUES (Complex Underwater Environmental Sensor) - CN

Descriptions

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'.

Timeline

Published Date :

29th Jun 2021 4 years ago

Deadline :

30th Jul 2021 3 years ago

Contract Start :

31st Mar 2022

Contract End :

31st Mar 2027

Tender Regions

CPV Codes

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Closed

Assign to :

Tender Progress :

0%

Details

Notice Type :

Open opportunity

Tender Identifier :

IT-378-246-T: 2024 - 001

TenderBase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Region :

North Region

Attachments :

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement Contact

Name :

Tina Smith

Designation :

Chief Executive Officer

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors