Published date: 12 October 2021

This notice was replaced on 12 October 2021

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Opportunity (published 12 October 2021, last edited 28 January 2022)

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Contract summary

Industry

  • Submarines - 35512000

Location of contract

South West

Value of contract

£530,000

Procurement reference

tender_287276/1002496

Published date

12 October 2021

Closing date

15 November 2021

Closing time

8am

Contract start date

1 April 2022

Contract end date

30 November 2022

Contract type

Supply contract

Procedure type

Other: DSPCR Restricted Competitive Procedure

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

Expressions of interests are sought from potential providers that have the capability to develop and demonstrate algorithms that can be used for identifying and classifying defective channels so that they can be removed from the data stream prior to processing by other algorithms, as part of a larger data analysis system. The channel data would consist of time-series data from large arrays of sensors capturing noise and vibration data. The algorithms must be suitable for insertion into an open system and where they depend on the use of training data, a strategy for obtaining that data will need to be devised and implemented. A validation and verification strategy will need to be devised and the success of the algorithm(s) in identifying defective channels demonstrated. This work is to be delivered in accordance with the Systems Requirements document, which will be issued with the Invitation to Tender (ITT).

The initial contract duration will be for a period of 8 months.

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 the 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 the DPQQ evaluation stage.

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - 524751796).

The security classification of the project will be OFFICIAL-SENSITIVE level.

In relation to Health and Safety the Authority will exclude Potential Bidders that are unable to confirm their organisation has a Health and Safety policy that complies with current legislative requirements and 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.

A weighted scoring system with a minimum pass mark of 60%, further details are included within the 'Sensor Channel Health Check DPQQ Potential Provider Guidance'. A minimum of 2 and a maximum or 6 Bidders will be invited to Tender.

Further information regarding exclusion criteria, minimum standards and the criteria for down selecting Potential Providers can be found within the DPQQ and it's supporting document 'Sensor Channel Health Check DPQQ Potential Provider Guidance'.


More information

Links


About the buyer

Address

MOD Abbey Wood, #3112, Ash 1B/C
Bristol
BS34 8JH
England

Email

phoebe.allman-jones100@mod.gov.uk